addendum no. 6 - chicago · 2020. 12. 27. · page 1of 3 city of chicago jamie l. rhee department...

74
Page 1 of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO. 6 FOR ORD EMERGENCY AND STANDBY POWER SYSTEM REPLACMENT GENERATORS1-6 CHICAGO O’HARE INTERNATIONAL AIRPORT CDA Project Number H7095.12-ORD SPECIFICATION NO. 135580 For which Bids are due in the office of the Chief Procurement Officer, Department of Procurement Services, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL 60602 at 11:00 a.m., Central Time, on September 9, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements, except amended by previous addenda, as originally set forth in the Contract Documents remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE. SECTION 1. NOTICE OF REVISIONS/CHANGES/CLARIFICATION BID OPENING HAS BEEN POSTPOSED TO SEPTEMBER 21, 2016. 1 For which Bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. Lasalle Street, Chicago, Illinois, 60602 at 11:00 a.m. Central Time on September 21, 2016 SECTION 2. QUESTIONS AND ANSWERS/CLARIFICATIONS Question 1: We request that the August 22nd bid date be extended at least one or two days to move the bid date from Monday morning (Monday morning bids are atypical and difficult to prepare for), and give us adequate time to review/confirm changes on such a large addendum. Response: Bid opening date has been postponed to September 21, 2016. Question 2: Addendum #4 Drawing E05-029 3ATS-200-B-001 shows the normal side of the ATS being fed from UAL switchgear 5B located in vault 5. This run is approximately 3,000’. Is this feeder to remain 600N as indicated on the drawing or should the size be increased for voltage drop? If it needs to be increased what size feeder is required? Response: UAL Switchgear 5B is located in vault 5 is the incorrect description. The

Upload: others

Post on 28-Mar-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page 1 of 3

CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

SEPTEMBER 6, 2016

ADDENDUM NO. 6

FOR

ORD – EMERGENCY AND STANDBY POWER SYSTEM REPLACMENT GENERATORS1-6 CHICAGO O’HARE INTERNATIONAL AIRPORT

CDA Project Number H7095.12-ORD

SPECIFICATION NO. 135580

For which Bids are due in the office of the Chief Procurement Officer, Department of Procurement Services, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL 60602 at 11:00

a.m., Central Time, on September 9, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements, except amended by previous addenda, as originally set forth in the Contract Documents remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents.

BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE.

SECTION 1. NOTICE OF REVISIONS/CHANGES/CLARIFICATION BID OPENING HAS BEEN POSTPOSED TO SEPTEMBER 21, 2016.

1

For which Bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. Lasalle Street, Chicago, Illinois, 60602 at 11:00 a.m. Central Time on September 21, 2016

SECTION 2. QUESTIONS AND ANSWERS/CLARIFICATIONS

Question 1:

We request that the August 22nd bid date be extended at least one or two days to move the bid date from Monday morning (Monday morning bids are atypical and difficult to prepare for), and give us adequate time to review/confirm changes on such a large addendum.

Response: Bid opening date has been postponed to September 21, 2016.

Question 2:

Addendum #4 Drawing E05-029 3ATS-200-B-001 shows the normal side of the ATS being fed from UAL switchgear 5B located in vault 5. This run is approximately 3,000’. Is this feeder to remain 600N as indicated on the drawing or should the size be increased for voltage drop? If it needs to be increased what size feeder is required?

Response: UAL Switchgear 5B is located in vault 5 is the incorrect description. The

Page 2: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page 2 of 3

CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

correct description is Tenant/Concessions Switchboard located in the Lower Level Apex Electrical room. Actual location is much less than 3000 feet and feeder size does not need to be increased. Refer to revised drawing sheet E 05 029 and drawing sheet E 03 014 for location.

Question 3:

While reviewing your questions and responses handed out for addendum #4, I noticed a response to question #91, you reference a Geotech report and list it as attached to the addendum. We cannot locate this attachment. Can you please make this geotechnical report available?

Response: The Geotech report was inadvertently omitted from Addendum #4. See the attached Geotech report in this addendum for information.

Question 4:

Please provide written clarification regarding the following discrepancy in the bid documents for the referenced O’Hare Generators 1 - 6 Project. As American Building Services, LLC (formerly M-D Building Material Co.) recently indicated that their company is not bidding the O’Hare Generators 1 - 6 Project, there are no “acceptable suppliers” for hardware since the other two remaining “acceptable suppliers”, specified in the Door Hardware Specification, Page 08710-7, Contract Builders Hardware, Inc., and SESCO - Standard Equipment & Supply Corp., (see attachment) are not in business. Will any other door hardware supplier not included in the list of three “acceptable suppliers” be permitted to bid the O’Hare Generators 1 -6 Project?

Response:

M-D Building Material supplier listed in the contract documents is still in business and operating as American Building Services, LLC. Two other acceptable suppliers are as follows:

1. The Spargo Group, Inc. Elmhurst IL. 60126 2. Allegion, Carmel, IN. 46032

See the attached revised technical specification Section 08710, paragraph 2.01, Acceptable Suppliers, with this addendum.

Page 3: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page 3 of 3

CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

Question 5:

Please respond to the following RFIs at your earliest convenience: 1.The Black Mineral-Wool Insulation per specification 07211 calls for a cement protection board as an accessory, however this is not shown on the exterior wall detail drawings. Please confirm if cement board is required at the exterior side of the building. If so, please provide a revised detail showing where it is to be installed. 2. Please provide the type of roofing material that is to be patched-in on the existing H&R Building. 3. Please provide the thickness of roofing insulation that is to be patched-in on the existing H&R Building.

Response:

1. Cement board is not required. Refer to revised specification 07211 2. Based on available as-built documentation and casual field

observations, the existing H&R roof is a 4 ply built up roof. Refer to note 2 on revised sheet A 02 001.

3. Based on available as-built documentation and casual field observations, the insulation thickness on the H&R roof varies but is approximately 4” on average. Contractor shall be responsible for verifying exact thickness in field at location of patch. Refer to General Notes, Note 2 on attached revised drawing sheet A 02 001.

Question 6: We have received multiple requests to view the site again since the original site visit took place over a month ago. It would help us create a more responsible bid. Please advise if there can be another site visit.

Response: There are no additional site visits at this time.

Question 7:

We are proposing with an MBE, Veteran Owned electrical firm. The “Rules” for this regulation posted on the City’s website are confusing to me. Section 3.3 indicates the JV must self-perform at least 20% of the work. It’s not clear what constitutes “self-perform,” specifically, whether this “self-performed” work is done at the joint venture level or by the JV issuing a subcontract to the VBE JV partner. It is highly preferable to have our VBE partner self-perform electrical work for the JV as a subcontractor to the JV, rather than have joint venture payroll. Does this scenario meet the “self-perform” requirement of Section 3.3?

Response: Yes, as long as the work performed at the Sub-Contract Level is equal to or greater than the percentages required to be performed at the Joint Venture/Partner Level.

Question 8:

Section 3.4, first bullet point. This states that all work performed by the SBE (and I’m assuming this also applies for the VBE) as a subcontractor can count towards the M/WBE goals, but that such subcontracted work does not count as “self-performed.” The second bullet point indicates that, if performed as a JV partner and not as a subcontractor, credit is counted towards the “self-perform” requirement and M/WBE goals. So the same question applies: how do we effect the agreement using what is known as an “unpopulated joint venture?

Response:

Refer to Section 3.4, MBE/WBE Participation Goals, which specifically states, “If a veteran-owned small local business is also an MBE/WBE, it cannot count its participation on the contract toward MBE/WBE goals.” See also the response to Question 7.

END OF ADDENDUM NO. 6

Page 4: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

CITY OF CHICAGO DEPARTMENT OF AVIATION

O’HARE INTERNATIONAL AIRPORT EMERGENCY AND STANDBY POWER SYSTEM REPLACEMENT

GENERATORS 1 - 6 PART THREE OF THREE DETAILED SPECIFICATIONS VOLUME 1 OF 2 SPECIFICATION NO.: 135580 PROJECT NO.: H7095.12-00

CITY OF CHICAGO Rahm Emanuel Mayor

DEPARTMENT OF AVIATION Ginger S. Evans Commissioner

Issued by: DEPARTMENT OF PROCUREMENT SERVICES Jamie L. Rhee Chief Procurement Officer

30 AUGUST 2016 ADDENDUM NO. 6

Page 5: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO
Page 6: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 00110-1 TABLE OF CONTENTS

EMERGENCY AND STANDBY SYSTEM CDA SPECIFICATION NO.: 135580

REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

O’HARE INTERNATIONAL AIRPORT EMERGENCY AND STANDBY SYSTEM REPLACEMENT – GENERATORS 1-6 PART 3 – DETAILED SPECIFICATIONS Division 0: Introductory Information 00110 - Table of Contents Division 1: General 01010 - Project Requirements 01020 - Construction Phase Maintenance Contract 01025 - Post-Substantial Completion – 10-Year Maintenance Contract 01110 - Summary of Work 01111 - Construction Air Quality – Diesel Vehicle Emissions Control 01355 - Local/Regional Materials 01356 - Recycled Content 01360 - Sustainable Temporary Construction Materials 01400 - Contractor QC Program for Building Projects 01502 - Traffic Control 01524 - Construction Waste Management 01525 - Disposal of Clean Construction or Demolition Debris (CCDD)

and Uncontaminated Soils 01580 - Project Identification 01732 - Cutting and Patching 01810 - Commissioning Requirements Division 2: Site Construction 02073 - Geotextiles 02074 - Pavement Removal 02081 - Asbestos Removal and Encapsulation 02220 - Site Demolition 02240 - Dewatering 02241 - Control of Water 02315 - Earthwork/Building 02316 - Trench Backfill 02410 - Site Clearing 02510 - Water Distribution 02542 - Meter Vaults and Valve Basins 02601 - Storm Sewer 02603 - Pipe Underdrains 02621 - Manholes and Catch Basins 02637 - Sanitary Sewers 02670 - Steel Casing 02710 - Dust Control

Page 7: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 00110-2 TABLE OF CONTENTS

EMERGENCY AND STANDBY SYSTEM CDA SPECIFICATION NO.: 135580

REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

02714 - Concrete Pavements 02720 - Aggregate Base Course 02730 - Crushed Stone Surfacing 02745 - Bituminous Concrete Surface Course 02774 - Pavement Repair 02783 - Pavement Marking 02920 - Top Soil 02930 - Plants 02931 - Seeding and Hydro-Mulching P-156 - Temporary Air and Water Pollution, Soil Erosion and Sediment Control Division 3: Concrete 03100 - Concrete Forms and Accessories 03200 - Concrete Reinforcement 03300 - Cast-in-Place Concrete 03310 - Structural Concrete 03900 - Concrete Restoration and Cleaning Division 4: Masonry 04220 - Concrete Masonry Units 04900 - Masonry Restoration and Cleaning Division 5: Metals 05120 - Structural Steel 05310 - Steel Decking 05500 - Metal Fabrications 05520 - Pipe and Tube Railings 05900 - REMOVED Division 6: Wood and Plastics 06100 - Rough Carpentry Division 7: Thermal/Moisture Protection 07130 - Sheet Waterproofing 07211 - Rigid Insulation 07213 - Foamed-In Place Insulation 07250 - Weather Barriers 07260 - Vapor Retarders 07540 - Polyvinyl-Chloride (PVC) Roofing 07620 - Sheet Metal Flashing and Trim 07700 - Roof Specialties and Accessories 07810 - Intumescent Fireproofing 07835 - Sleeves and Seals 07840 - Firestopping 07900 - Joint Sealers 07920 - Sealants and Caulking

Page 8: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 00110-3 TABLE OF CONTENTS

EMERGENCY AND STANDBY SYSTEM CDA SPECIFICATION NO.: 135580

REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

Division 8: Doors and Windows 08100 - Metal Doors and Frames 08710 - Door Hardware 08955 - Exterior Channel Glass Division 9: Finishes 09675 - Resinous Flooring 09900 - Paints and Coatings Division 10: Specialties 10210 - Wall Louvers 10440 - Interior Signage Division 13: Special Construction 13110 - Cathodic Protection 13855 - Fire Alarm Systems Division 15: Mechanical 15100 - Basic Mechanical Requirements 15160 - Supporting Provisions 15161 - Vibration Isolation 15190 - Mechanical Identification 15250 - Mechanical Insulation 15253 – Plumbing Insulation 15300 - Water-Based Fire Suppression System 15365 - Clean Agent Fire-Extinguishing System 15400 - Plumbing and Drainage Systems 15484 - Fuel Dispensing and Storage Systems 15540 - Pumps 15865 - Ventilation Fans 15900 - Ductwork 15950 - Temperature Controls 15985 - Sequence of Operation 15990 - Testing, Adjusting, and Balancing Division 16: Electrical 16010 - Basic Electrical Requirements 16100 - Basic Materials and Methods 16112 - Special Raceways 16114 - Electric Manholes and Handholes 16121 - Medium Voltage Cable 16123 - Building Wire and Cable 16140 - Wiring Devices 16170 - Circuit and Motor Disconnects 16195 - Electrical Identification

Page 9: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 00110-4 TABLE OF CONTENTS

EMERGENCY AND STANDBY SYSTEM CDA SPECIFICATION NO.: 135580

REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

16343 - Medium Voltage Enclosed Bus 16452 - Grounding 16460 - Transformers 16470 - Panelboards 16474 - Medium Voltage Indoor Switchgear 16481 - Motor Control Centers 16482 - Motor Starters 16495 - Transfer Switches 16510 - Interior Lighting 16620 - Engine Generator Systems 16730 - Communication Cabling 16950 - Testing

END OF DOCUMENT 00110

Page 10: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-1 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

RIGID INSULATION SECTION 07211

PART 1 GENERAL

1.01 SCOPE OF WORK:

A. Work under this Section is subject to the requirements of the Contract Documents.

B. Furnish and install Rigid Insulation as shown on the Drawings and as specified herein, including but not limited to the following:

1. Rigid Insulation and integral vapor retarder at cavity wall construction, perimeter foundation wall, underside of floor slabs, and exterior walls.

1.02 RELATED WORK:

A. As specified in the following divisions:

1. Division 2 - Site Work

2. Division 3 - Concrete

3. Division 4 - Masonry

4. Division 5 - Metals

5. Division 6 - Wood and Plastics

6. Division 7 - Thermal and Moisture Protection

1.03 REFERENCES:

A. ASTM C208 - Insulating Board (Cellulosic Fiber), Structural and Decorative.

B. ASTM C240 - Testing Cellular Glass Insulating Block.

C. ASTM C552 - Cellular Glass Block and Pipe Thermal Insulation.

D. ASTM C578 - Preformed, Cellular Polystyrene Thermal Insulation.

Page 11: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-2 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

E. ASTM C612 - Mineral Fiber Block and Board Thermal Insulation Board.

F. ASTM C728 - Perlite Thermal Insulation Board.

G. ASTM C578 - Preformed Cellular Polystyrene Thermal Insulation.

H. ASTM C1013 - Membrane Faced Rigid Cellular Polyurethane Roof Insulation.

I. ASTM D2842 - Water Absorption of Rigid Cellular Plastics.

J. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials.

K. ASTM E96 - Test Methods for Water Vapor Transmission of Materials.

L. NFPA 255 - Test of Surface Burning Characteristics of Building Materials.

M. UL 723 - Tests for Surface Burning Characteristics of Building Materials.

1.04 SUBMITTALS:

A. Submit the following

1. Shop Drawings

a. Manufacturer's installation instructions: Indicate special environmental conditions required for installation, and installation techniques.

2. Samples and/or Product Data

a. Product Data

(1) Provide data on product characteristics, performance criteria, and limitations.

b. Samples

(1) Provide 12”x12” product samples of insulation proposed for use, properly labeled as to type, weight and Manufacturer’s names.

3. Test Reports

a. Submit test reports necessary to show compliance with the Contract Documents.

Page 12: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-3 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

4. Manufacturer’s Certification

a. Certify that products meet or exceed the specified requirements.

5. Operation and Maintenance Manuals

B. Mock-up Sample Wall Panels

1. Provide mockup of materials of this Section and include wall cladding material for a complete representation of the wall construction types.

2. Location will be determined by the Commissioner.

3. Mockup may not remain as part of the work.

1.05 QUALITY CONTROL:

A. Contractor Qualifications - Installation of rigid insulation, specialities and accessories must be performed only by a qualified installer. The term qualified means experienced in performing the Work required by this Section. The qualified installer must have a minimum of five (5) years documented experience on Projects similar in size and scope to this Project and must be certified by the product Manufacturer. The installer must submit evidence of such qualifications upon request by the Commissioner.

B. Perform Work in accordance with the latest edition, of the appropriate divisions, of the following:

1. American Society for Testing and Materials (ASTM).

1.06 DELIVERY, STORAGE, AND HANDLING:

A. Materials must be delivered to the Project bearing Manufacturer's name and material identification. Materials must be stored in strict accordance with the Manufacturer's printed directions, copies of which must be furnished to the Commissioner.

B. Protection - Protect materials against damage from mechanical abuse, plaster, salts, acids, staining and other foreign matter by an approved means during transportation, storage and erection and until completion of construction work. All unsatisfactory materials must be removed from the premises, and all damaged materials replaced with new materials.

Page 13: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-4 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

C. Access and Storage Areas

1. All access routes and storage areas must be subject to the approval of the Commissioner in order to reduce interference with Airport Operations.

1.07 WARRANTIES AND GUARANTEES:

A. The following materials have special Manufacturer’s Warranties for the periods listed with each item, which may originate, in part or in whole, with the manufacturer or the fabricator and such warranties must be passed through the Contractor to the Department;

1. 10 years from Substantial Completion.

B. The Contractor must repair or replace defective materials and workmanship during the Contract Period and for 2 years from the date of Substantial Completion of the Project. Defective material and workmanship include, but are not limited to, the following:

1. Failures include but are not limited to, the following,

a. Insulation adhesive and mechanical fasteners.

b. Water-resistive coatings

c. Deterioration of insulation beyond normal weathering.

1.08 EXTRA MATERIALS AND SPARE PARTS:

A. (Not Used)

1.09 ENVIRONMENTAL REQUIREMENTS:

A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation.

1.10 SPECIAL REQUIREMENTS:

A. Field Measurements - Before proceeding with the installation of the rigid insulation work, the supplier/installer must verify all dimensions and take such measurements as are required for proper fabrication and erection of the work.

B. Coordination - Coordinate work of this Section with the related Work specified in other divisions/Sections of the Contract Documents.

Page 14: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-5 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

PART 2 PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS - INSULATION MATERIALS:

A. Products of one of the following manufacturers will be acceptable:

1. Atlas Roofing, Corporation; Atlanta Georgia 30339,

2. Celotex, Corporation; Tampa, Florida 33631, or

3. GAF, Corporation; Wayne, NJ 07470.

4. Dow Chemical Company; Chicago, IL 60623

5. Owens Corning; Toledo, OH 43623

6. Roxul; Milton, Ontario, CA

7. Thermafiber; Wabash, Indiana 46992

8. Fibrex Insulation

2.02 TYPE AND QUALITY:

A. For purposes of designating type and quality of the product specified, Drawings and Specifications are based on the products of (name of company and location)

2.03 PERFORMANCE CRITERIA:

A. Thermal Conductivity (K-Value at 75 degrees F) of 0.24

2.04 INSULATION MATERIALS:

A. Extruded Polystyrene Insulation - ASTM C578 Type IV; cellular type, conforming to the following:

1. Board Density, ASTM 1622 - 1.55 lb/cu ft (24.8 kg/cu m).

2. Board Size - 48 x 96 inch (1219.2 x 2438.4 mm).

3. Board Thickness - 2 inches (50.8 mm).

4. Thermal Resistance - R of 5.0/inch (RSI of 0.87).

5. Water Absorption - In accordance with ASTM C272 0.3 percent by volume maximum.

Page 15: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-6 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

6. Compressive Strength, ASTM D 1621 - Minimum 25 psi (175kPa).

7. Board Edges - Square edges.

8. Flame/Smoke Properties - 15/165 in accordance with ASTM E84.

B. Polyisocyanurate Insulation - Closed cell glass fiber reinforced type, conforming to the following:

1. Board Density, ASTM 1622 - 1.86 lb/cu ft (29.8 kg/cu m).

2. Board Size – 48 x 96 inch (1219.2 x 2438.4 mm).

3. Board Thickness - 2 inches (50.8 mm).

4. Facing - Factory applied skin of fiberglass on both faces.

5. Thermal Resistance - Aged R of 12.

6. Compressive Strength, ASTM D 1621 - Minimum 16 psi (110 kPa).

7. Board Edges - square.

8. Tapered insulation minimum ¼” per foot slope

9. Water Absorption - In accordance with ASTM D2842 less than 1 ½ percent by volume maximum.

10. Flame/Smoke Properties - 5/115 in accordance with ASTM E84.

C. MINERAL-WOOL BOARD INSULATION

1. Unfaced, Mineral-Wool Board Insulation: ASTM C 612; with maximum flame-spread and smoke-developed indexes of 15 and zero, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics.

a. Nominal density of 4 lb/cu. ft. (64 kg/cu. m), Types IA and IB, thermal resistivity of 4 deg F x h x sq. ft./Btu x in. at 75 deg F (27.7 K x m/W at 24 deg C).

b. Fiber Color: Black

Page 16: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-7 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

2.05 MATERIAL - ADHESIVE:

A. Adhesive Type 1 - Type recommended by insulation Manufacturer for application.

2.06 ACCESSORIES:

A. Sheet Vapor Retarder Type 1 - Black polyethylene film reinforced with glass fiber square mesh, 10 mil (0.254 mm) thick; manufactured by 3-M Vapor Barrier 3015.

B. Tape - Polyethylene self-adhering type, mesh reinforced, 2 inch (50 mm) wide.

C. Insulation Fasteners - Impaling clip of galvanized steel with washer retainer and clips, to be adhered to surface to receive rigid insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place.

D. (Not Used)

E. Preformed cant strips - Provide cant strips furnished by the Manufacturer of the rigid insulation. In the event cant strips are not manufactured by the Manufacturer of the rigid insulation, provide rot proof wood cant strips.

PART 3 EXECUTION

3.01 INSPECTION:

A. Before commencing installation, examine substrate surfaces to determine that they are free of conditions which might be detrimental to proper and timely completion of the Work. Start of Work must indicate acceptance of the substrate.

3.02 INSTALLATION:

A. Installation must be in strict accordance with the Manufacturer's printed installation instructions.

B. Prime Concrete Deck using (1) gallon of asphalt primer per 100 square feet of deck surface.

C. Insulation - Embed rigid insulation boards in a solid mopping of steep asphalt, using 30 lbs. /100 sq. ft. of surface, heated within the minimum - maximum temperatures recommended by the asphalt Manufacturer.

Page 17: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 07211-8 RIGID INSULATION

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUN NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

D. Center tape for joints over all insulation joints and edges, lapping all ends 4", and embed in steep asphalt using 15 lbs. -20 lbs./100 sq. ft. of tape.

E. Where more than one (1) layer of insulation is required, coat the top surface of the first layer with hot asphalt using 30 lbs/100 sq. ft. of surface and apply successive layers of insulation in broken joint construction, so that each layer break joints with a minimum of 6" both ways with the preceding layer.

F. No insulation will be left exposed to the weather. Apply only as much roof insulation as can be covered with roofing on the same day.

3.03 GENERAL CLEAN-UP:

A. All rubbish and debris resulting from the Work of this Section must be collected, removed from the site and disposed of legally.

B. All work areas must be left in a broom clean condition.

END OF SECTION 07211

Page 18: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-1 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

DOOR HARDWARE SECTION 08710

PART 1 GENERAL

1.01 SECTION INCLUDES:

A. Work under this Section is subject to the requirements of the Contract Documents.

B. Furnish and install Door Hardware as shown on the Drawings and as specified herein, including but not limited to the following:

1. Hardware for hollow steel and aluminum doors.

2. Thresholds.

3. Weatherstripping, seals and door gaskets.

1.02 RELATED WORK:

A. As specified in the following divisions:

1. Division 3 - Concrete

2. Division 4 - Masonry

3. Division 5 - Metals

4. Division 6 - Wood and Plastics

5. Division 7 - Thermal and Moisture Protections

6. Division 9 - Finishes

7. Division 16 - Electrical

1.03 REFERENCES:

A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People.

B. BHMA 1301 - Builders Hardware Manufacturers Association.

C. Door & Hardware Institute

D. NFPA 80 - Fire Doors and Windows.

Page 19: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-2 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

E. AWI - Architectural Woodwork Institute - Quality Standards.

F. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures.

G. NFPA 252 - Fire Tests of Door Assemblies.

H. UL 10B - Fire Tests of Door Assemblies.

I. UL 305 - Panic Hardware.

1.04 SUBMITTALS:

A. Submit the following

1. Shop Drawings

a. Hardware Schedule.

b. In accordance with published recommendations of the Door and Hardware Institute.

c. Copies of the approved hardware schedule and templates must be furnished to the door and frame Manufacturers for their use. In accordance with published recommendations of the Door and Hardware Institute.

2. Samples and/or Product Data

a. Product Data

(1) Catalogue Cuts of each type of Hardware specified.

(2) Manufacturer's installation instructions - indicate special procedures and perimeter conditions requiring special attention.

b. Samples

(1) Samples of each type of hardware for approval before any items are ordered or delivered.

(a) This must be done as soon as practicable after Award of the Contract.

(b) Samples may be part of the finish hardware requirements, if approved by the Commissioner.

Page 20: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-3 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

3. Test Reports

a. Submit test reports necessary to show compliance with the Contract Documents.

4. Manufacturer’s Certification

a. Submit certification that products meet or exceed the specified requirements.

(1) Furnish notarized certificate from each Manufacturer showing that the products to be used have met all requirements of the referenced standard.

(2) If Manufacturer has not completed the required performance testing of the standard, submit certification indicating compliance with all other aspects of the standard. Provide a statement by the Manufacturer indicating whether or not the product passed similar performance testing and provide a listing of ten large government buildings where the product is currently in use: It will be at the Commissioner’s option whether or not this information will be accepted in lieu of actual compliance with the standard.

5. Operation and Maintenance Manuals

a. Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance.

b. Maintenance Materials

(1) Provide special wrenches and tools applicable to each different or special hardware component.

(2) Provide maintenance tools and accessories supplied by hardware component Manufacturer.

Page 21: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-4 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

1.05 QUALITY CONTROL:

A. Contractor Qualifications: Installation of door hardware must be performed only by a qualified installer. The term qualified means experienced in performing the Work required by this Section. The qualified installer must have a minimum of five (5) years documented experience on Projects similar in size and scope to this Project. The installer must submit evidence of such qualifications upon request by the Commissioner.

1. Hardware Supplier Personnel - Employ an Architectural Hardware Consultant (AHC) to assist in the Work of this Section.

B. Perform Work in accordance with the latest edition, of the appropriate divisions, of the following:

1. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People, latest edition.

a. A 117.1

b. A 156.1

c. A 156.2

d. A 156.3

e. A 156.4

f. A 156.5

g. A 156.6

h. A 156.8

i. A 156.13

j. A 156.14

k. A 156.16

2. Builders Hardware Manufacturers Association BHMA - 1301, latest edition.

3. Door & Hardware Institute, latest edition.

a. Scheduling sequence & schedule format.

b. Recommended procedure for processing hardware.

c. Schedules and templates.

Page 22: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-5 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

4. NFPA 101.

5. NFPA 80.

6. NFPA 252.

C. Conform to Chicago Building Code, latest edition, for requirements applicable to fire rated doors and frames.

D. Products Requiring Electrical Connection - Listed and classified by Underwriters' Laboratories, Inc., latest edition, as suitable for the purpose specified and indicated.

1.06 DELIVERY, STORAGE AND HANDLING:

A. Materials must be delivered to the Project in sealed containers bearing Manufacturer's name and material identification. Materials must be stored in strict accordance with the Manufacturer's printed directions, copies of which must be furnished to the Commissioner.

1. Package hardware items individually. Label and identify each package with door opening code to match hardware schedule.

2. Deliver keys to Commissioner by security shipment direct from hardware supplier.

B. Protect materials against damage from mechanical abuse, plaster, salts, acids, staining and other foreign matter by an approved means during transportation, storage and erection and until completion of construction work. All unsatisfactory materials must be removed from the premises, and all damaged materials replaced with new materials.

C. Access and Storage Areas

1. All access routes and storage areas must be subject to the approval of the Commissioner in order to reduce interference with Airport Operations.

Page 23: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-6 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

1.07 WARRANTIES AND GUARANTEES:

A. The following materials have special Manufacturer’s Warranties for the periods listed with each item, which may originate, in part or in whole, with the manufacturer or the fabricator and such warranties must be passed through the Contractor to the Department;

1. Provide a five (5) year Manufacturer’s warranty assuring, that the manufactured product to be free of defects in material and workmanship.

a. Warranty will include coverage for door closers and door hardware.

B. The Contractor must repair or replace defective materials and workmanship during the Contract Period and for five (5) years from the date of Substantial Completion of the Project. Defective material and workmanship include, but are not limited to, the following:

1. Repair or replace defective materials within warranty period.

1.08 EXTRA MATERIALS AND SPARE PARTS:

A. (Not Used)

1.09 ENVIRONMENTAL REQUIREMENTS:

A. (Not Used)

1.10 SPECIAL REQUIREMENTS:

A. Field Measurements - Before proceeding with the fabrication of the work, the Contractor must verify all dimensions and take such measurements as are required for proper fabrication and erection of the work.

B. Coordination - Coordinate Work of this Section with related Work specified in the other divisions/Sections of the Contract Documents.

1. Coordinate the Work with others directly affected by this Section involving manufacture or fabrication of internal reinforcement for door hardware.

Page 24: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-7 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

PART 2 PRODUCTS

2.01 ACCEPTABLE SUPPLIERS:

A. One of the following Architectural Hardware Consultant (AHC) will be acceptable:

1. The Spargo Group, Inc., Elmhurst, IL. 60126

2. M-D Building Material Co / American Building Services, LLC, Wheeling, IL 60090-5704.

3. Allegion, Carmel, IN. 46032

2.02 TYPE AND QUALITY:

A. For purposes of designating type and quality of the product specified, Drawings and Specifications are based on the products of (name of company and location)

2.03 GENERAL REQUIREMENTS:

A. The hardware schedule is intended to cover all doors and establish type and standard of quality. However it must be the responsibility of the Contractor to examine the Drawings and other Sections of the Specifications and furnish proper hardware for all door openings.

1. If the Contractor notices any omissions in hardware groups, they must be immediately called to the attention of the Commissioner, prior to Award of Contract, for instructions; otherwise, the list must be considered complete and no extras will be allowed.

B. Where size and shape of door stile or door frame is such as to prevent the use of hardware types specified, hardware must be furnished of suitable types and design must be furnished, having as nearly as practicable, the same operation and quality as the hardware type specified. Size must be adequate for the service required.

C. Wherever labeled openings are indicated or required, the hardware must conform to the Underwriters' labeled requirements, including tagging and shipping to fabricators when hardware is required to be shop applied.

D. Furnish Phillips head type for all exposed screws; on lock fronts and strikes, butts door pulls, bolts, panic devices, etc.

Page 25: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-8 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

E. Hardware for application to doors and frames must be made to each Manufacturer's standard templates. Template Drawings must be furnished to the door and frame Manufacturers for their use in preparing exact opening or other requirements, including necessary reinforcing for application of the various hardware items.

F. Fiber, wood or iron expansion shields for installing hardware items are not acceptable. Use lead anchors, or Molly or toggle bolts, whichever is appropriate.

2.04 FINISH:

A. Hinges

1. Exterior doors - satin stainless steel, BHMA 630.

2. Interior metal doors to be field painted - BHMA #600 primed for paint.

B. Knobs must be Lever Handles - Architectural door trim

1. Satin stainless, BHMA #630.

C. Door closers

1. Spray painted aluminum, BHMA #689.

D. All other hardware

1. Satin chromium plated, BHMA # 626.

2.05 PACKING AND MARKING:

A. All items of finish hardware must be packed in individual containers, marked with door mark and hardware set number corresponding to the door schedule and with item number from the hardware schedule to identify the contents and define their location in the building.

2.06 KEYING:

A. All locks must be master keyed and grand master keyed as directed by the Commissioner.

B. The Contractor must furnish all construction cylinders during the construction period. Construction cylinders must be removed and replaced with regular cylinders to be furnished with each lock when so directed by the Commissioner.

Page 26: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-9 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

C. The hardware supplier must not deliver any change key, master keys, or knockout key to any one other than the Commissioners' representative and must only deliver same upon written notice from the Commissioner.

D. Hardware supplier must furnish the following:

1. Two (2) Control Keys.

2. Three (3) Grand Master Keys.

3. Six (6) Master Keys each Group.

4. Each lock must have four (4) individual keys, furnished for each operation.

5. Furnish One (1) Key Control system with tags and visible cross reference index for total number of individual keys plus 100%, equal to that manufactured by [Telkee, Inc.]

2.07 HARDWARE TYPES:

A. Hinges must (except as otherwise specified) conform to the following:

1. Meet requirements of ANSI A 156.1.

2. Include the following options:

a. Five (5) knuckle design.

b. Stainless steel pins.

c. Non-removable pins on reverse bevel doors to be locked.

d. Ball bearing construction.

e. Copper base coat on steel hinges.

3. Furnish quantity, size and gauge as recommended by the Manufacturer subject to the following minimum requirements:

a. Furnish two (2) hinges for each door leaf up to 60" in height and one (1) additional hinge for each 30" or fraction thereof over 60" in height.

b. Interior doors to have type A8112, full mortise-standard weight-ball bearing hinges.

c. Exterior doors to have type A5111, full mortise-heavy weight-ball bearing hinges.

Page 27: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-10 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

d. One of the following Manufacturers will be acceptable:

(1) Hager Companies - St. Louis, MO 63104

(2) Lawrence Brothers, Inc. - Sterling, IL 61081

(3) Stanley Works - Farmington, CT 06032

B. Thrust Pivot Unit and Hinge Set must conform to the following:

1. Exterior Doors

a. Must consist of one (1) thrust pivot unit A856l plus three (3) type A8111 hinges.

C. Locksets must conform to the following:

1. Meet requirements for series 1000, operational grade 1 of ANSI A156. 13.

2. Trim to be minimum 0.080" thick; Sectional trim of one of the following Manufacturers will be acceptable:

a. Sargent & Co., "BC-Design".

b. Falcon Lock Co., "Hana-Gala".

c. Russwin, "Ashford".

d. Corbin, "Regency".

3. Locks for exterior doors must also conform to the requirements for security grade 2 of ANSI A156.13.

4. Knobs on doors to stairs, mechanical rooms and other hazardous areas must comply with the requirements of ANSI A1117.1.

5. Locks, trim, and cylinders must be of same Manufacturer.

6. Deadlocks must be of same Manufacturer and must conform to requirements of ANSI A 156.5.

D. Door closers must conform to the following:

1. Meet requirements for grade 1 closers in accordance with ANSI A 156.4.

2. Include the following options:

a. PT 4C

Page 28: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-11 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

b. PT 4E

c. PT 4F on doors to rooms having toilet facilities for the handicapped.

3. Size of closers must be Manufacturers recommendations consistent with warranty.

4. Construction

a. Full rack and pinion type.

b. Metal covers.

c. Cast iron body.

d. Heat treating steel working parts.

5. Design of closers must be modern type with cover.

6. Unless otherwise indicated, mount closers on side of door away from corridors and public areas.

7. One of the following Manufacturers will be acceptable:

a. Corbin/Russwin, Berlin, CT 06037.

b. LCN Closers, Princeton, IL 61356.

c. Norton Door Controls, Charlotte, NC 28229.

d. Russwin Hardware, Berlin, CT 06037.

e. Sargent Manufacturing Co., New Haven, CT 06511.

E. Exit Devices must conform to the following:

1. Meet requirements of grade 1 of ANSI A 156.3.

2. Stainless steel crossbars.

3. One of the following Manufacturers will be acceptable:

a. Von Duprin, Inc., Inianapolis, IN 46206 - Series 33A/35A

b. Yale Security, Inc., Charlotte, NC 28229 - Series 2100

c. Adams Rite Manufacturing Co., City of Industry, CA 91749 - Series 8500.

F. Flush Bolts

1. Must meet requirements of proposed ANSI A156.16 (BHMA 1201), type L 04081.

Page 29: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-12 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

2. Furnish dust proof strike to suit conditions.

G. Door Indicating Switches

1. Keeper switches must be Folger Adam Co., # ASSW 104A.

2. Door position switches must be Folger Adam Co., # ASSW 105A.

3. Flush bolt switches must be Folger Adam Co., # ASSW 102.

H. Electric Strikes

1. Electric Strikes must conform to requirements of ANSI A156.5 for Grade 1 Electric Strikes.

I. Must be Folger Adam 310 Series, model as required for specific lock.

J. Architectural Door Trim must conform to the following:

1. Meet requirements of ANSI A156.6.

2. Category J100 door protection plates.

a. Beveled three edges

b. Smooth finish

c. Type J102 kick plate, 10" high

d. Type J103 mop plate, 4" high

e. For push side of door, 1½” less than door width

f. For pull side of door, 1" less than door width

g. Provide type J103 on both sides of each door except the exterior face of exterior doors or where type J102 are schedules, unless otherwise noted.

3. Category [J300] push plates.

a. Beveled four edges.

b. Smooth finish.

c. Type J304, 8" x 16".

4. Category J400 door pulls.

a. Type J401 pull with type J304, 8" x 16".

b. Bevel edges of plates.

Page 30: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-13 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

c. Smooth finish.

5. One of the following Manufacturers will be acceptable:

a. Hager Companies, St. Louis, MO 63104.

b. Hiawatha Inc., Bloomington, MN 55435.

c. H.B. Ives Manufacturing Co., Wallingford, CT 06492.

d. Rockwood Manufacturing Co., Rockwood, PA 15557.

K. Provide a stop for each door unless specifically indicated otherwise by a note, "no stops required". Stops must conform to the following:

1. Overhead stops and holders must meet requirements for ANSI A156.8.

2. Floor and wall stops must meet requirement of ANSI A 156.16.

3. Where wall conditions permit and stop can contact with knob or pull, use wall type bumper LO2101.

4. Where a wall type bumper cannot be used, furnish overhead holder type CO2511.

5. One of the following Manufacturers will be acceptable:

a. Overhead Holders

(1) Glynn-Johnson, Indianapolis, IN 46219 - 79 series.

(2) Yale Security, Inc., Charlotte, NC 28229 - 1100 series.

(3) LCN Closers, Princeton, IL 61356 - 1000 series.

b. Wall bumpers

(1) Glynn-Johnson, Indianapolis, IN 46219 - model # WS407.

(2) Hager Companies, St. Louis, MO 63104 - model # 230W.

(3) Hiawatha Inc., Bloomington, MN 55435 - model # 9212.

L. Thresholds

1. Must be furnished on all exterior doors.

Page 31: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-14 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

2. Must be Zero Weatherstripping Company # 526 with full thermal Break.

M. Weatherstripping

1. Must be furnished on all exterior doors.

2. Must be Zero Weatherstripping # 328 with Cold Weather Neoprene Seals.

3. Rain Drip, Zero #11.

4. Astragal must be Zero # 41 where only 1 door leaf is active. Zero # 371 if both doors are active.

2.08 HARDWARE SCHEDULE:

A. The following hardware sets correspond to those indicated on the Drawings:

1. Set 1 Quantity Description – Exterior Double Door

a. Hinges 3 pair

b. Lockset - Entrance 2

c. Card Reader 1

d. Exit Device 2

e. Closer 2

f. Kick Plate 2

g. Keeper Switch 2

h. Door Position Switch 2

i. Stop 2

j. Threshold 1

k. Astragal – removable 1

l. Weather-stripping 2

2. Set 2 Quantity Description – Exterior Single Door

a. Hinges 1 ½ pair

b. Lockset – Entrance 1

c. Card Reader 1

Page 32: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-15 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

d. Exit Device 1

e. Closer 1

f. Kick Plate 1

g. Keeper Switch 1

h. Door Position Switch 1

i. Stop 1

j. Threshold 1

k. Weather-stripping 1

3. Set 3 Quantity Description – Interior Double Door

a. Hinges 3 pair

b. Lockset – Passage 2

c. Closer 2

d. Kick Plate 2

e. Keeper Switch 2

f. Door Position Switch 2

g. Stop 2

4. Set 4 Quantity Description – Interior Opposing Swing Double Door

a. Hinges 3 pair

b. Lockset – Passage 2

c. Closer 2

d. Kick Plate 2

e. Keeper Switch 2

f. Door Position Switch 2

g. Stop 2

h. Astragal – removable 1

5. Set 5 Quantity Description – Interior Single Door

a. Hinges 1 ½ pair

b. Lockset – Passage 1

c. Closer 1

Page 33: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-16 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

d. Kick Plate 1

e. Keeper Switch 1

f. Door Position Switch 1

g. Stop 1

6. Set 6 Quantity Description – Exterior Uneven Double Door - SS

a. Hinges 3 pair

b. Lockset – Entrance 2

c. Card Reader 1

d. Exit Device 2

e. Closer 2

f. Kick Plate 2

g. Keeper Switch 2

h. Door Position Switch 2

i. Stop 2

j. Threshold 1

k. Astragal – removable 1

l. Weather-stripping 2

7. Set 7 Quantity Description

a. Hinges 1 ½ pair

b. Lockset – storeroom 1

c. Closer 1

d. Kick Plate 1

e. Mop Plate 1

f. Keeper Switch 1

g. Door Position Switch 1

h. Stop 1

i. Threshold 1

j. Weather-stripping 1

Page 34: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-17 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

8. Set 8 Quantity Description – Exterior Gate

a. Hinges, HD Barrel hinges 1 pair

b. Lockset, Industrial gate lock 1

PART 3 EXECUTION

3.01 INSTALLATION:

A. The installation of all finish hardware furnished under this Section is specified under other Sections of the Specifications. The Contractor must be responsible for receipt of hardware at the job site and must provide proper storage facilities and distribution for installation. A competent representative of the Manufacturer must be available to inspect and/or supervise the installation.

3.02 GENERAL CLEAN-UP:

A. All rubbish and debris resulting from the Work of this Section must be collected, removed from the site and disposed of legally.

B. All work areas must be left in a broom clean condition.

END OF SECTION 08710

Page 35: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

O’HARE INTERNATIONAL AIRPORT 08710-18 DOOR HARDWARE

EMERGENCY AND STANDBY POWER CDA SPECIFICATION NO.: 135580

SYSTEM REPLACEMENT – GENERATORS 1-6 ADDENDUM NO. 6

CDA PROJECT NO: H7095.12-00 08/30/2016

THIS PAGE INTENTIONALLY LEFT BLANK

Page 36: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

ISSUED BY:

DEPARTMENT OF PROCUREMENT SERVICES

CITY OF CHICAGO

MAYOR

LOCATION MAP

P:\Projects\1

2000\1

2282\DIS

CIP

LIN

E\Elec\W

orkin

g\S

heets\C

over Sheet\12282-C

overs

heet.dgn

8/2

5/2

016

12:5

4:4

5 P

M

CHICAGO - O'HARE INTERNATIONAL AIRPORT

JAMIE RHEE, CHIEF PROCUREMENT OFFICER

RAHM EMANUEL

CHICAGO DEPARTMENT OF AVIATION

CHICAGO DEPARTMENT OF AVIATION

CHICAGO DEPARTMENT OF AVIATION

PROJECT NO. H7095.12-00

LOCATIONPROJECT

REPLACEMENT - GENERATORS 1 - 6

EMERGENCY AND STANDBY POWER SYSTEM

O'HARE INTERNATIONAL AIRPORT

GINGER S. EVANS

COMMISSIONER

Commissioner

Ginger S. Evans

CONTRACT AND SPECIFICATION NO. 135580

30 AUGUST 2016

ADDENDUM NO. 6

SIGN

BB

W

W

W

W

WALL

W

S

S

SIGN

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

S

BB

BB

S

S

S

SIGN

SIGN

SS

S

S

S

S

BB

BB

BB

BB

BB

BB

BB

BB

S

S

S

S

S

S

S

S

S

S

S

S

S

S

BB

S

S

S

S

S

S

S

S

RUINS

TANK

TANK

TANK

TANK

TANK

TANK TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

T

T

T

TANK

TANK

TANK

T T

TANK TANK

TANKTANK

T

T

T

T

T

T T

TANK TANK

T

T

TANKS

T

T

T T

T

T T T T T T T T T T T T T T T T T T

T

T

TANK TANK TANK

T

T

T

T

T

T

T

T

T

T

T

T

T

T

TT

T

T

T

T

TT

TT

T

T

T

TANKS

T

T

T

TT

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

TT

T

T

T

T

T

T

SIGN

SIGN

SIGN

TANK

SIGN

SIGN

SIGN

TANK

T

T T

SIGN

BILLBOARD

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

BILLBOARD

SIG

N

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

BILLBOARD

BILLBOARD

BILLBOARD

TANK

BILLBOARD

BILLBOARD

TANK

SIGN

BILLBOARD

SIGN

SIGN

SIGNSIGN

SIGN

SIGN

BILLBOARD

SIGN

SIGN

SIGN

SIGN

BILLBOARD

SIGN

SIGN

SIGN

SIGN

SIGNSIGN

SIGN

SIGN

TANK

SIGN

SIGN

SIGN

OVER

HEAD

WALK

WAY

SIGN

SIGN

SIGN

SIGN

SIGN

BIL

LB

OA

RD

SIGN

BILLBOARD

BILLBOARD

SIGN

SIGN

SIGN

WALL

WALL

WALL

WALL

WALL

WALL

WALLWALLWALL

WALLWALL

WALL

WALL

WALL

SIGN

SIGN

SIGNSIGN

SIGN

SIGN

SIGN

SIGN

TANK

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

SIGN

BILLBOARD

SIGN

SIGN

SIGN

BILLBOARD

SILO

TANK

TANKTANK

TANKTANK

TANKTANK

TANK

TANK

TANK

TANK

T

T

T

TANK

TANK

T

T

T T

T

T

T

T

T

T

T

T

T

TANK

TANK

T

T T T

T

T

T

TT

T T T

T

T

T

T T

T

T

T

TANKS

TANK

TANK

T

TANKTANKS

T

T

T

TANKS

TANKS

TANK

TANKS

TANKS

T

TANK

TANK TANK

TANK

TANK

TANK

TANK

TANK

TANK

TANK

T

TANK

TANK

TANK

T T TT

T

TANKS

T T

T T T T

TT

T

T

T

T

TANK

TT

T

TANK

T

T

T T

TANK

T

TANKS

T

T

TA

NK

T

TANK

Page 37: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO
Page 38: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

08

07

06

ACDFGHJ

DEMOLISH CATWALKMEZZANINE ANDSTRUCTURE

ENCLOSE ROOF OPENING AFTERSTACKS HAVE BEEN DEMOLISHED,TYP. MATCH EXISTING ROOF SYSTEM

ENCLOSE ROOF OPENING AFTERSTACKS HAVE BEEN DEMOLISHED,

TYP. MATCH EXISTING ROOF SYSTEM

8'-6

"

8'-6" 25'-6" 34'-0" 29'-9" 25'-6" 29'-9"

25'-6

"25

'-6"

8'-6

"

GENERAL NOTES:

1. CONTRACTOR SHALL CHECK WITH CDA ON ROOFWARRANTY BEFORE DOING ANY WORK.

2. BASED ON AVAILABLE AS-BUILT DOCUMENTATIONAND CASUAL FIELD OBSERVATIONS, THE H&R ROOFIS A 4 PLY BUILT UP ROOF, WITH APPROXIMATELY 4"OF RIGID INSULATION.

DEMOLISH EXISTING EQUIPMENTAND CONCRETE PAD. REPAIRFLOOR OPENINGS

REMOVE EXISTING THINSETQUARRY TILE FLOORING,EXISTING CONCRETE TOPPINGTO REMAIN

DEMOLISH EXISTING STACKS ANDREPAIR ROOF OPENINGS

T/EXISTING DECK

EXISTING ROOF ASSEMBLY TO REMAIN

EXISTING ROOF DECK

NEW STEEL DECK SUPPORTAROUND ROOF INFILL

V.I.F

ROOF OPENING INFILL

NEW ROOF DECK, MATCH EXISTING

MATCH EXISTING ROOF SYSTEMTYP.

6"

TYP.

4"

NEW VAPOR BARRIER

V.I.

F

LEAVE 6" OF EXISTING VAPOR BARRIER &MOP IN W/ NEW VAPOR BARRIER ALLAROUND NEW ROOF INFILL

O'HARE INTERNATIONAL AIRPORT

EMERGENCY AND STAND BY POWERSYSTEM REPLACEMENT - GENERATORS 1-6

EPSTEIN PROJECT NUMBER: 12282

MAYOR

CHICAGO DEPARTMENT OF AVIATION

O'HARE INTERNATIONAL AIRPORTCITY OF CHICAGO

RAHM EMANUEL

GINGER S. EVANSCOMMISSIONER

DATEREV DESCRIPTION

DATE:

SHEET NO. REVISION

PROJECT NO.:

DESIGNED: DRAWN: CHECKED:

H7095.12-00

SHEET TITLE:

PROJECT NAME:

APPROVED AS WORKING PLANBY:

12345678

12345678

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

CCJM Engineers, Ltd.Engineering Infrastructure SolutionsTwo North Riverside Plaza, Suite 1050Chicago, Illinois 60606-2600312.669.0609 312.669.0525 Faxe-mail: [email protected]

600 W. FULTONCHICAGO, IL. 60661T 312.454.9100 F 312.559.1217

CONSULTANT

SUB-CONSULTANTS

CONCOURSE

TERMINAL 2 TERMINAL 3

CONCOURSE

TERMINAL 1

" F "

" E "

CONCOURSE

" G " " H "

CONCOURSE

" K "

CONCOURSE

CONCOURSE

" L "

H&R

TERMINAL

" 5 "

GENERATOR BLDG

CONCOURSE

" B "

CONCOURSE

" C "

" M "

CONCOURSE

HILTON

4

08/30/2016

A 02 001

ARCHITECTURAL DEMOLITION

WE WE JR

SCALE: 1/8" = 1'-0"1 H&R DEMOLITION PLAN

1 THE CONTRACTOR IS RESPONSIBLE FOR COORDINATION BETWEEN ALL SUB-CONTRACTORS.2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR VISITING THE SITE TO BECOME FAMILIAR WITH AND VERIFY THE EXISTING CONDITIONS. THESE DEMOLITION DRAWINGS SHALL SERVE TO AID THE CONTRACTOR IN THEIR

EVALUATION OF THE EXTENT OF DEMOLITION; BUT SHALL NOT BE HELD TO BE ALL INCLUSIVE.3 THE CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ALL DEMOLITION REQUIRED FOR THE INSTALLATION OF NEW CONSTRUCTION AND AS NECESSARY TO FULFILL THE PURPOSE AND INTENT OF THE FINISHED WORK,

WHETHER OR NOT IT IS SPECIFICALLY SHOWN OR NOTED IN THESE DOCUMENTS.4 THE CONTRACTOR SHALL FIELD INSPECT ALL DEMOLITION WORK PRIOR TO ITS REMOVAL, TO INSURE SUCH REMOVAL DOES NOT IMPAIR THE STRUCTURAL INTEGRITY OF THE EXISTING BUILDING. IF THE INSPECTION

INDICATES THAT THE STRUCTURAL INTEGRITY MAY BE IMPAIRED, NOTIFY THE ARCHITECT IMMEDIATELY.5 THE CONTRACTOR SHALL VERIFY IN FIELD THE EXISTING CONDITIONS AND RELATED DIMENSIONS INDICATED IN THE DESIGN DOCUMENTS PRIOR TO IMPLEMENTING THE WORK, INCLUDING ORDERING MATERIALS. ANY

DISCREPANCIES THAT DIFFER FROM THAT INDICATED IN THE DESIGN DOCUMENTS SHALL BE SUBMITTED TO THE ARCHITECT FOR REVIEW PRIOR TO IMPLEMENTING THE WORK.6 THE CONTRACTOR IS RESPONSIBLE TO MAINTAIN ALL REQUIRED MEANS OF EGRESS CONTINUOUSLY DURING CONSTRUCTION. IF ANY MEANS OF EGRESS WILL BE AFFECTED BY CONSTRUCTION THE CONTRACTOR IS TO

SUBMIT A CONSTRUCTION PLAN TO THE ARCHITECT AND THE OWNER TO DEMONSTRATE THAT ALL MEANS OF EGRESS WILL BE MAINTAINED CONTINUOUSLY DURING CONSTRUCTION.7 THE CONTRACTORS SHALL BE RESPONSIBLE FOR PROVIDING, INSTALLING AND MAINTAINING DUST TIGHT TEMPORARY CONSTRUCTION BARRIERS TO ALL AREAS WITHIN THE CONSTRUCTION LIMIT LINES, DURING THE

CONSTRUCTION PROCESS. LOCATIONS SHALL BE COORDINATED WITH THE OWNER. THE BARRIERS THERMALLY PERFORM TO MATCH THAT OF THE EXISTING CONSTRUCTION WHEN BARRIER IS TO SEPARATES EXTERIORAND INTERIOR CONDITIONS.

8 ANY SITUATION THAT IN THE OPINION OF THE OWNER, THEIR STAFF, AND/OR REPRESENTATIVE OF THE OWNER, CONSTITUTES A HAZARD TO THE EXISTING OPERATION WHETHER IT BE NOISE, DUST, ODOR OR IN ANY WAYAFFECTS THE OWNERS OPERATIONS, WILL UPON REQUEST OF THE OWNER IMMEDIATELY CEASE UNTIL THE SITUATION IS RECTIFIED. NO ADDITIONAL COMPENSATION WILL BE PAID OR CONSIDERED IF WORK IS STOPPEDFOR ANY OF THE ABOVE REASONS.

9 ALL WORK DEEMED DISRUPTIVE BECAUSE OF NOISE, DUST, ODORS OR GENERALLY AFFECTS EXISTING OPERATIONS WILL UPON REQUEST OF THE OWNER IMMEDIATELY CEASE AND BE PERFORMED AT NIGHT. THE HOURSFOR NIGHT WORK WILL BE DETERMINED ON A CASE BY CASE BASIS AND BE APPROVED BY THE OWNER. NO ADDITIONAL COMPENSATION WILL BE PAID OR CONSIDERED IF WORK IS STOPPED FOR ANY OF THE ABOVEREASONS.

10 UNLESS NOTED OTHERWISE ALL DEMOLITION AND EXCAVATED MATERIAL BECOMES THE PROPERTY OF THE CONTRACTORS AND IS TO BE REMOVED FROM THE PROPERTY, IN A LEGAL MANNER. NO STOCKPILING OF THESEMATERIALS WILL BE ALLOWED ON THE PROPERTY OR WITHIN THE PROJECT AREA. THE OWNER RESERVES THE RIGHT AND SHALL BE GIVEN THE OPPORTUNITY TO CLAIM ITEMS, WHETHER OR NOT THOSE ITEMS WERESPECIFICALLY NOTED IN THE DRAWINGS.

11 IN THE EVENT THAT UNEXPECTED REGULATED SUBSTANCES ARE ENCOUNTERED DURING THE WORK, THE CONTRACTOR SHALL COMPLY WITH APPLICABLE STATE AND LOCAL REGULATIONS/LAWS.12 PROTECT FROM DEMOLITION AND CONSTRUCTION WORK, ALL “EXISTING TO REMAIN” FIXTURES AND EQUIPMENT REQUIRED TO REMAIN IN PLACE DURING CONSTRUCTION.13 REMOVE EXISTING FINISHES AS REQUIRED TO INSTALL NEW FINISHES. PREPARE SURFACES TO RECEIVE NEW FINISH AS PER MANUFACTURER’S PRINTED INSTRUCTIONS.14 ALL WALLS, PARTITIONS, CEILINGS, FLOORS AND ROOFS TO REMAIN THAT NEED TO BE REMOVED TO GAIN ACCESS FOR NEW OR DEMOLITION WORK OF ANY BUILDING SYSTEM SHALL BE PATCHED TO MATCH ADJUNCT

EXISTING CONDITIONS. ALL WORK TO APPEAR UNNOTICEABLE AFTER COMPLETION.15 OPENINGS IN WALLS, FLOORS, CEILINGS, ETC THAT REMAIN UNUSED FROM THE REMOVAL OF DUCTS, PIPES, CONDUIT, ETC. ARE TO BE FILLED. ALL FILLED AND PATCHED WORK TO MATCH EXISTING ADJACENT MATERIAL

AND FINISHES. ALL WORK TO APPEAR UNNOTICEABLE AFTER COMPLETION.16 WHEN ITEM(S)/SYSTEM(S) ARE INDICATED TO BE REMOVED/DEMOLISHED ALL COMPONENTS OF THE ITEM(S)/SYSTEM(S) (INCLUDED BUT NOT LIMITED TO ANCHORS, CLIPS, HANGERS, SUPPORT) ARE TO BE

REMOVED/DEMOLISHED. CAP AS NECESSARY

DEMOLITION NOTES

0ft

Scale: 1/8" = 1'-0"

8'-0" 16'-0" 24'-0"

1 05/13/2016 ISSUED FOR BID2 05/20/2016 ISSUED FOR PERMIT3 08/10/2016 ADDENDUM NO.44 08/30/2016 ADDENDUM NO.6

SCALE: 1 1/2" = 1'-0"2 ROOF INFILL DETAIL

Page 39: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

480V, 3Φ, 4W, 400A BUS

400AS

TRF24001112.5kVA4160V-480/277V 3P, 4W

TO EXISTINGFUSED SWITCH

FED FROMCECO NC-5603

VIA METER140300535

EMDP-50L1

TO CPP-165NLOCATED IN F5

VAULT

TO EMDP-50L2(EM LIGHTING)

1ATSIB-200-B-002

150A

1ATS-200-B-001

100A

ESB-24001

4160V FEEDER FROM SHEET E 05 025 4160V FEEDER TO TRF20002SEE SHEET E 05 031

TO EXISTING PANELC1TY-DP-50AL

LOCATED INBASEMENT

SWITCHGEAR ROOM

3ATS-200-B-002

100A

CONCOURSE E &FWASHROOMS

100AS70AF

3ATS-200-B-001

600A

TOTENANT/CONCESSIONS

SWITCHBOARDLOCATED INTHE LOWERLEVEL APEXELECTRICAL

ROOM

ESB-24002

TO CEM-165NLOCATED IN F5

VAULT (EM LTG &SUMP PUMPS)

600AS600AF

TRF240024160V-480/277V 3P, 4W500kVA

DATEREV DESCRIPTION

1

DATE:

SHEET NO. REVISION

SHEET TITLE:

PROJECT NAME:

2345678

12345678

$FIL

E$

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

APPROVED AS WORKING PLANBY:

PROJECT NO.:

DESIGNED: DRAWN: CHECKED:

$DA

TE$

$TIM

E$

08.10.2016

O'HARE INTERNATIONAL AIRPORT

H7095.12-00

EMERGENCY AND STAND BY POWERSYSTEM REPLACEMENT - GENERATORS 1-6

EPSTEIN PROJECT NUMBER: 12282

MAYOR

CHICAGO DEPARTMENT OF AVIATION

O'HARE INTERNATIONAL AIRPORTCITY OF CHICAGO

RAHM EMANUEL

CCJM Engineers, Ltd.Engineering Infrastructure SolutionsTwo North Riverside Plaza, Suite 1050Chicago, Illinois 60606-2600312.669.0609 312.669.0525 Faxe-mail: [email protected]

600 W. FULTONCHICAGO, IL. 60661T 312.454.9100 F 312.559.1217

CONSULTANT

SUB-CONSULTANTS

GINGER S. EVANSCOMMISSIONER

E 05 029

T2 EM & STANDBY SINGLELINE - NC-5603 - NEW

GENERAL NOTES:

A. UNLESS NOTED OTHERWISE ALLEQUIPMENT SHOWN IS EXISTINGTO REMAIN.

B. REFER TO CONTROLS DRAWINGSFOR ALL NEW ATS CONTROLWIRING.

C. REFER TO E 01 002 FOR FEEDERSCHEDULE.

D. EXISTING EQUIPMENT ANDCIRCUITING SHOWN IS BASED ONTHE BEST AVAILABLE AS-BUILTDOCUMENTATION AND CASUALFIELD OBSERVATIONS AT THETIME OF DESIGN. ANYDISCREPANCIES BETWEEN THEDRAWINGS AND THE EXISTINGFIELD FIELD CONDITIONS SHALLBE REPORTED TO THE ENGINEERAND COMMISSIONER PRIOR TODISTURBING THE EXISTINGINSTALLATION.

E. REFER TO NOTES ON SHEETS E01 002 AND SHEETS G 01 002-G 01005 FOR ADDITIONALREQUIREMENTS.

KEYNOTES:

1. PROVIDE NEW ATS ANDCONNECT AS SHOWN.

2. PROVIDE MODULAR SPLICESYSTEM EQUAL TO 3M 5815SERIES AND USE TO SPLICEFEEDER IN JUNCTION BOX INTERMINAL 2 AND FEEDEQUIPMENT AS SHOWN. REFERTO NOTE 5 ON E 03 014 FORAPPROXIMATE LOCATION OFSPLICE.

3. PROVIDE NEW SWITCH ANDTRANSFORMER AS SHOWN ANDUSE TO FEED NEWDISTRIBUTION. PROVIDEADDITIONAL LUGS IN ESB24002AS REQUIRED TOACCOMMODATE NEW FEEDERSEGMENTS. LOCATE NEWEQUIPMENT IN RING TUNNEL ATAPEX.

4. USE EXISTING SPARE 800 AFBREAKER IN SWITCHGEAR ANDUSE TO FEED NEW ATS ASSHOWN. MODIFY EXISTING TRIPUNIT AS REQUIRED FOR A 600AT.REFER TO SHEET E 03 014 FORLOCATION OF LOWER LEVELAPEX ELECTRICAL ROOM.

5. TO ATSC-200-B-002 LOCATED INTERMINAL 2 APEX LOWER LEVELELECTRICAL ROOM.

6. SEE DETAIL 2 ON E 05 063 FORCONTINUATION.

7. DISCONNECT EXISTING BRANCHCIRCUITS IN EXISTING PANELSC1TY 5KL3, LP-25026, C1TY 5KL4,LP25027 AND EXTEND TO NEWPANEL AS SHOWN.

8. PROVIDE NEW 50A/3P CIRCUITBREAKER IN EXISTING PANELC1TY DP-50A1 AND USE TO FEEDNEW ATS AS SHOWN.

9. TO ATSC-121-B-002 LOCATED INVAULT 10.

JR JR MS

4

1 ISSUED FOR BID2 ISSUED FOR PERMIT3 ADDENDUM NO. 44 ADDENDUM NO. 6

Page 40: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

SUBSURFACE EXPLORATION AND

GEOTECHNICAL ANALYSIS REPORT

O’Hare International Airport

Emergency and Standby System Generator Building

Chicago, Illinois 60666

Prepared for

City of Chicago Department of Aviation 10510 W. Zemke Road Chicago, Illinois 60666

August 19, 2014

Page 41: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

August 19, 2014  Mr. Joe Romano, P.E. Project Engineer Epstein 600 West Fulton Street  Chicago, IL 60661  Subsurface Exploration and Geotechnical Analysis Report O’Hare International Airport Emergency and Standby System Replacement – Generator Building Chicago, Illinois 60666   Dear Mr. Romano:   Attached  is  a  copy  of  the  Subsurface  Exploration  and  Geotechnical  Analysis  Report  for  the above referenced project.   The report provides a detailed description of the site  investigation, the  subsurface  and  groundwater  conditions  encountered,  recommendations  regarding foundation  type  and  allowable  bearing  capacity,  the  estimated  settlement,  geotechnical engineering parameters for foundation design, and construction considerations.  Based on the soil conditions encountered, the proposed building may be supported on a shallow foundation system consisting of conventional spread and continuous footings.    Should  you  have  any questions or  require  additional  information, please  call us  at  312‐733‐6262.  Sincerely,    Dawn Edgell, P.E.  Ala E Sassila, Ph.D., P.E. Senior Engineer             Principal 

855 West Adams Street, Suite 200 Chicago, IL 60607

Integrity | Quality | Reliability

Page 42: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Table of Contents

1.0  INTRODUCTION ................................................................................................................. 1 

1.1  Project Information ............................................................................................... 1 

1.2  Purpose and Scope of Services .......................................................................... 1 

2.0  FIELD INVESTIGATION ..................................................................................................... 2 

2.1  Field Investigation ................................................................................................ 2 

2.2  Sampling Procedures ........................................................................................... 2 

2.3  Existing Site Conditions ....................................................................................... 3 

2.4  Subsurface Soil Conditions ................................................................................. 3 

2.5  Groundwater Conditions ...................................................................................... 4 

3.0  GEOTECHNICAL ANALYSIS AND RECOMMENDATIONS ............................................. 5 

3.1  Foundation Analysis and Design ........................................................................ 5 

3.2  Lateral Earth Pressure – Below Grade Vault ................................................................ 7 

3.3  Floor Slab .............................................................................................................. 8 

3.4  Pavement Design .................................................................................................. 9 

4.0  CONSTRUCTION CONSIDERATIONS ............................................................................ 11 

4.1  Site Stripping and Grubbing .............................................................................. 11 

4.2  Existing Utilities .................................................................................................. 11 

4.3  Subgrade Preparation ........................................................................................ 11 

4.4  Wet/Unstable Subgrade Mitigation .................................................................... 12 

4.5  Floor Slab Preparation ....................................................................................... 12 

4.6  General Excavation ............................................................................................. 13 

4.7  Approved Fill Material and Placement .............................................................. 13 

4.8  Drainage and Groundwater Control .................................................................. 15 

5.0  LIMITATIONS ................................................................................................................... 16 

Page 43: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

ATTACHMENTS

Exhibit 1 Site Location Plan

Exhibit 2 Boring Location Plan

Appendix A Site Photos

Appendix B Soil Boring Logs

Page 44: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page - 1 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

1.0 Introduction

This report presents the results of the subsurface exploration and geotechnical analysis by GSG

Consultants, Inc. (GSG) for the construction of the proposed Emergency and Standby Generator

building. The site is located as shown in Exhibit 1.

1.1 Project Information

GSG understands that the proposed project will consist of the construction of a building to house

six emergency and standby system generators, as well as fuel tanks, switchgear units, and a

storage area. Based on information provided by Epstein, the building will consist of a one-story

high roof structure approximately 25 feet tall. The building will also have a below grade vault

area covering approximately the western 1/3 of the building. This below grade vault will be

approximately 11 feet below finished grade. Preliminary design drawings indicate that the

proposed finished floor elevation of the main building will be 100 feet. Minor grading and

earthwork is anticipated for the site; preliminary grading plans show the finished floor elevation

will be at elevation 657 feet.

1.2 Purpose and Scope of Services

The purpose of the subsurface exploration and geotechnical analysis was to characterize the

subsurface soil conditions and to provide information regarding the physical characteristics and

engineering properties of the subsurface soils within the investigation area. The site

investigation included advancing a total of five (5) soil borings to evaluate the subsurface soil for

the proposed building foundations.

Page 45: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page - 2 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

2.0 Field Investigation

2.1 Field Investigation

The subsurface soil investigation was conducted on July 10th, 2014, and included advancing a

total of five (5) soil borings; 4 to a depth of approximately 20 feet below the existing surface

grade, and 1 to approximately 25 feet below the existing surface grade. The locations of the soil

borings were provided by GSG and staked in the field by representatives of Chicago Department

of Aviation (CDA). Borings B-3 was offset in the field due to existing landscaping features.

The remaining borings were drilling where accessible and clear of utilities. The locations of the

actual completed soil borings are shown on the Soil Boring Location Map (Exhibit 2).

Geo Services Inc. was contracted to perform the field exploration activities by the CDA. The

soil borings were advanced using a D-25 drill rig equipped with 2¼-inch I.D. hollow-stem

augers using standard penetration test procedures in accordance with the ASTM D1586,

“Penetration Test and Split-barrel Sampling of Soil.” Water level measurements were made in

each boring when evidence of free groundwater was detected on the drill rods or in the samples.

The boreholes were also checked for free water immediately after auger removal, and before

filling the open boreholes with soil cuttings. For safety reasons, the boreholes were not left open

for long term observations.

2.2 Sampling Procedures

GSG collected representative soil samples from each of the soil borings using standard

penetration test procedures. In this procedure, a 2 inch O.D. split-spoon sampler is driven 18

inches into undisturbed soil using 140 pound hammer dropped 30 inches. The number of

hammer drops (Blow Counts) was recorded at six (6) inch intervals for each sample collected.

The upper six inches are ignored for “seating” of the sampler. The number of blows needed to

advance the sampler the remaining 12 inches is called the standard penetration test (SPT). The

blow counts recorded during field activities are shown on the Soil Boring Logs (Appendix B).

GSG’s field representative visually classified the soils according to the Unified Soil

Classification System (ASTM 2487), performed pocket penetrometer and Rimac tests on all

cohesive soil samples to estimate their unconfined compressive strength, and obtained relatively

undisturbed samples for laboratory testing. The results of the unconfined compressive strength

tests are shown on the boring logs.

Page 46: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

2.0 Field Investigation

Page - 3 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

2.3 Existing Site Conditions

The site is currently a landscaped grass area with large trees, shrubs, and flowers across from the

O’Hare Airport Rescue facility. The site slopes up in the middle to form a hill with about 6 feet

of change in grade from the surrounding streets. Photographs of the area and the boring

locations are included in Appendix A.

2.4 Subsurface Soil Conditions

The surface of the borings encountered topsoil thicknesses ranging from 12 to 48 inches. Below

the topsoil, each of the borings encountered fill materials that typically consisted of clay with

trace gravel and/or trace organics, and gravel which extended to depths of about 2 to 8.5 feet

below the existing ground surface. In all of the borings except B-4, the fill materials were

underlain by layers of very stiff to very hard, brown and gray clay and silty clay, which extended

to the boring termination depths of 20 and 25 feet below existing grade. Below the fill in B-4,

the boring encountered loose, brown sand material to a depth of 12 feet below grade. The sand

was then underlain by stiff to hard, brown and gray clay and silty clay to the boring termination

depth of 20 feet.

The Soil Boring Logs (Appendix B) provide specific conditions encountered at each boring

location. The soil boring logs include soil descriptions, stratifications, penetration resistances,

location of the samples, and laboratory test data. The stratification shown on the boring logs

represent the conditions only at the actual borings locations. The stratification represents the

approximate boundary between subsurface materials; however the actual transition may be

gradual. The following table summarizes the range of results from the field and laboratory

testing programs. Please refer to the attached boring logs for more specific information.

Page 47: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

2.0 Field Investigation

Page - 4 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

SOIL STRATA

App

roxi

mat

e D

epth

R

ange

, fee

t

RANGE OF PROPERTY VALUES

Stan

dard

P

enet

rati

on, N

(bpf

)

Moi

stur

e C

onte

nt, %

Tot

al U

nit

Wei

ght,

pcf

Unc

onfi

ned

Com

pres

sive

Str

engt

h,

Qu

(tsf

)

Liq

uid

Lim

it, %

Pla

stic

Lim

it, %

Undocumented Fill 2.5-8 8-20 16-28 - 2 – 5 - -

Lean Clay and Silty Clay (CL)

2.5-25 9-35 13-22 135 2.5 – 9.5 37-40 16-18

Poorly Graded Sand (SP) – B-4 only 5-12 4-5 5-6 - - - -

2.5 Groundwater Conditions

GSG measured the groundwater levels during the drilling activities and immediately after

completing the drilling activities. Groundwater was not encountered in any of the boring

locations.

It is anticipated that the long term water table is at least 18 feet below the existing ground surface

approximately near elevation 640 feet, based on the change in the color of the soils from brown

and gray to gray. The brown color of the soil is typically due to oxidation which occurs above

water table. A long period of time is typically required for a water level to develop and stabilize

in a predominately cohesive subsurface profile, such as encountered at the site. Long term

observations in cased borings or piezometers would be necessary to more accurately evaluate

groundwater conditions at the site. In general, it should be noted that groundwater level may

fluctuate based on seasonal precipitation, evaporation, surface run-off and other factors.

Page 48: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page - 5 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

3.0 Geotechnical Analysis and Recommendations

This section presents GSG’s geotechnical engineering analysis and foundation recommendations

for the site, which are based on the results of the field exploration program, laboratory results,

and project information provided by the client.

3.1 Foundation Analysis and Design

The type of foundation utilized for a structure is normally dependent upon soil type, soil

consistency, magnitude of loads, and anticipated settlement based on the selected foundation

system. The existing fill and topsoil materials observed within the borings are not considered

suitable for support of new foundations. The proposed floor slab may be supported on exiting

fill provided it is tested and evaluated in accordance with the recommendations herein. The

proposed building foundations should be supported upon the native soil encountered below the

fill materials.

3.1.1 Building Foundation Based on preliminary design information provided by Epstein, the proposed building will consist

of a high-roof single story structure. The western 1/3 of the building will have a below grade

vault area approximately 11 feet below finished floor elevation of the main building. The

remainder of the building will be supported at or near existing grade.

Based on the results of the subsurface investigation and the design information provided, the

proposed building could be supported upon conventional shallow spread and continuous footing

foundation system, bearing on the native very stiff to very hard clay encountered below the fill

materials. The existing fill materials are not considered suitable for support of foundations.

Foundations bearing on the native clays or new engineered fill backfilled to design elevation

could be designed for net allowable bearing capacity of 4,000 psf. An assumed allowable total

settlement of one inch and an allowable differential settlement of one half inch were used while

calculating the bearing capacity. If any of the assumptions or design loading information above

is not correct or has been changed, GSG should be contacted to re-evaluate the foundation design

recommendations.

Where the existing fill materials are encountered at design elevations, these soils should be over-

excavated and replaced with granular structural fill to the proposed footing grade elevation.

Based on the depth of the existing fill materials encountered in the borings and the anticipated

design elevation of the foundations, undercuts of up to 3 feet may be anticipated, particularly

along the eastern wall, in order to reach native bearing soils. The foundations could then either

Page 49: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

3.0 Geotechnical Analysis and Recommendations

Page - 6 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

be designed at the lower elevation, or the over excavation should be backfilled to the bearing

grade with granular structural fill. The lateral limit of engineered fill placed beneath the footing

should extend a minimum 1 foot beyond the outside edges of the footing and from that point

outward laterally 1 foot for every 2 feet of fill thickness below the footing. The granular

structural fill should be placed in accordance with the Construction Considerations Section 4.0 of

this report.

The minimum depth of the foundation bearing grade should be 3.5 feet below the final exterior

grade to alleviate the effects of frost. Spread footings should have a minimum plan dimension of

4 feet and should be at least 12 inches thick. Continuous footings should have a minimum width

of 2 feet and should be at least 10 inches thick. The actual footing thickness and reinforcement

should be determined by a structural analysis of the individual footings with chosen plan

dimensions.

Boring Number

Depth to Termination (feet bgs) 1

Approx. Ground

Elevation2

Suitable Bearing Soil (4,000 PSF) 3

Depth to Top of

Suitable Soil (Feet,

bgs)

Elevation of

Top of Suitable

Bearing Soil

Soil Type4

Estimated Unconfined

Compressive Strength (TSF) 6

SPT 'N' Value7,8

B-01 20.0 659.5 4 655.5 Brown and Gray CLAY

3.5 9 to 15

B-02 20.0 657.5 2.5 655.0 Brown SILTY CLAY

6 15 to 22

B-03 20.0 658.9 8.5 650.4 Brown SILTY CLAY

6 12 to 20

B-04 20.0 660.05 12 648.0 Brown and Gray SILTY CLAY

6 11 to 19

B-05 25.0 658.53 6.5 652 Brown and Gray CLAY

9 19 to 35

Notes:

1 'bgs' means Below Ground Surface.

2 Ground elevations at the boring locations were provided at the staked locations.

3 Suitable bearing soil defined as soil with a bearing capacity of 4,000 pounds per square foot.

Page 50: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

3.0 Geotechnical Analysis and Recommendations

Page - 7 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

4 Additional details of soils encountered are provided on the Soil Boring Logs.

5 United Soil Classification System (USCS) designation derived from a visual inspection of soil samples and is based on the textural assessment of the observed samples.

6 Unconfined Compressive strength estimated in tons per square foot (TSF) using a calibrated, hand-held penetrometer.

7 See Soil Boring Logs for blow counts obtained from Standard Penetration Tests performed at each sampling interval.

8 'N' value is the total number of blows required to advance the split spoon sampler the last 12 inches of each 18-inch sampling interval.

3.1.2 Lateral Load Resistance for Shallow Foundations Resistance to lateral loads can be provided by a combination of friction at the foundation base

and slab-on-grade, and by passive resistance acting against the vertical faces of foundation

elements. A coefficient of friction of 0.40 may be used for footings. For passive resistance, an

equivalent fluid pressure of 275 pounds per cubic foot (pcf) acting against the footing may be

used. Passive resistance in the upper one foot of soil should be neglected unless the area is

covered by concrete or pavement. The friction and passive resistance may be used concurrently

provided the passive resistance is reduced by 50%.

3.2 Lateral Earth Pressure – Below Grade Vault 

The proposed below grade vault walls should be designed to retain lateral earth pressures using 

the following design parameters.  Lateral earth pressure is normally influenced by the structural 

design of the walls, restrained condition of the wall, and strength of materials being restrained.  

The active earth pressure  is normally used  for  the design of  freestanding cantilever  retaining 

walls,  and  assumes wall movement.    The  at‐rest  condition  assumes  no wall  rotation  and  is 

usually applicable for basement walls and elevator pits.  The actual earth pressure on the walls 

will vary based on  type of backfill materials used and how backfill  is compacted.   Temporary 

and permanent surcharge  loads should be also  included with the earth and hydrostatic  lateral 

pressures applied to the walls.  This may include sidewalks, floor slabs, construction equipment, 

and loads due to any adjacent shallow footings that are placed within a zone of influence, which 

includes  a  45  degree  line  extending  upward  and  outward  from  the  base  of  the wall.      The 

following  table  presents  recommended  design  criteria  for  retaining  walls  and  subsurface 

structures. 

Page 51: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

3.0 Geotechnical Analysis and Recommendations

Page - 8 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

 

 

 

 

 

 

Vertical surcharge  loads should be multiplied by the  factor of 0.5  for at‐rest case to calculate 

lateral earth pressure.  It is recommended that wall be designed for the drained condition.  For 

the drained wall condition, GSG recommends placing free‐draining granular backfill, such as CA‐

7,  behind  the  walls  to  provide  proper  drainage.    The  free‐draining  backfill  should  extend 

horizontally a minimum of 2 feet from the back of the wall, and should extend from the bottom 

of the wall to within 2 feet of the final surface grade.  A drain tile consisting of perforated, rigid 

plastic pipe should be  installed at  the base of  the wall  to prevent hydrostatic  loading on  the 

wall.  The  drain  tile  should  be  surrounded  by  clean, well  graded  granular materials,  and  be 

wrapped with a geotextile filter fabric.  The drain tile system should be tied into a sump pit with 

automatic pumping system.  The granular fill should be placed in 8‐inch lifts and compacted to 

95% of  the material’s Standard Proctor maximum dry density according  to ASTM D698.   GSG 

recommends compacting the materials directly behind the wall with the use of light, hand held 

compactors.    Heavy  compaction  and  grading  equipment  should  not  be  allowed  to  operate 

within 15 feet of the wall during backfilling to avoid developing excessive lateral earth pressure 

that may damage the wall. 

3.3 Floor Slab

3.3.1 Slab-on-Grade Design Floor slab-on-grade should be structurally independent of the rest of the foundation system, and

should be designed based on the anticipated use and loading. Concrete floor slabs should be

supported on a layer of compacted granular fill consisting of a minimum of 8 inches of CA-6

stone placed upon a minimum of 4 inches of free draining stone such as IDOT CA-7. The free

draining stone will act as a capillary cutoff layer and may reduce the potential for soil moisture

migrating upwards toward the slab, and thus will provide drainage and minimize dampness in the

floor slab.

Backfill 

Configuration 

Earth 

Pressure 

Earth 

Pressure 

Coefficient 

Insitu Unit 

Weight of 

Backfill 

Equivalent Fluid 

Density (pcf) 

(Drained Condition) 

Level  At Rest  0.50 120 60 

Level  Passive  3.00 120 360 

Page 52: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

3.0 Geotechnical Analysis and Recommendations

Page - 9 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

After the initial site preparation and topsoil removal, the existing fill materials at the exposed

subgrade level should be tested and observed. Based on the topsoil thicknesses encountered and

the finished floor elevation, approximately 1 to 2 feet of new engineered fill will likely be

necessary to reach subgrade elevation. It is anticipated then some of the existing fill materials

will remain in place below the proposed at-grade floor slab for the eastern portion of the

building. The fill materials present at the exposed subgrade level should be evaluated during

construction, and any unsuitable material should be removed in accordance with the

Construction Considerations Section 4.0 of this report. Prior to the placement of any granular

fill, the subgrade should also be prepared in accordance with the procedures outlined in the

Construction Considerations section of this report.

The slab-on-grade should be designed using a coefficient of vertical subgrade reaction (modulus

of subgrade reaction) of 100 pounds per cubic inch (pci) based on Terzaghi’s recommended

values, which are based on a 1 foot by 1 foot square plate resting granular on medium dense sand

soils. The above value is based on the fact the slab will be supported upon structural fill

materials. This recommendation is for the use of the floor slab design, which should be

uniformly loaded.

3.4 Pavement Design

For any paved areas where vehicular traffic will be light to moderate, GSG recommends

supporting the pavement on a minimum 8 inches of granular fill consistent with IDOT CA-6

gradation. The pavement for the parking lot could be designed using the Illinois Department of

Transportation’s pavement design procedures using an assumed CBR/IBR value of 3. It is

recommended that the minimum pavement section should consist of 1.5 inches of bituminous

surface course and 2.0 inches of binder course.

For pavement areas that may experience heavier loads, such as those from buses, delivery trucks,

or garbage trucks, it is recommended that the minimum pavement section should consist of 2.5-

inch of surface course and 3.5-inch of binder course over the 12-inch granular base course. As

an alternative, the pavement section may consist of a 6-inch layer of concrete, reinforced with

welded wire fabric, over a 6-inch lift of granular base course.

In the borings completed on the east side of the site, the existing fill and topsoil materials

extended to depths of between 3 and 8 feet below the existing grade. Based on the proposed

grading for the drive areas, it is anticipated that most of these materials will be removed. Where

existing fill materials are anticipated to be left in place below the proposed new pavements,

Page 53: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

3.0 Geotechnical Analysis and Recommendations

Page - 10 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

additional observation and testing of the materials will be necessary. Any significant organic

materials and existing topsoil should be removed and replaced with new engineered fill. The

remaining fill materials should be evaluated according to the recommendations provided in

Section 3.3.3 Subgrade Preparation.

All pavement materials and construction procedures should conform to the Illinois Department

of Transportation Standard Specification for Roadway and Bridge Construction. The granular

fill should be placed in 8 inch maximum thickness loose lifts, and should be compacted using

vibratory drum equipment to a minimum of 95% of the material’s modified maximum dry

density (Modified Proctor - ASTM D-1557).

Based on the existing soil conditions consisting predominantly of low permeable clay soils, little

to no infiltration of stormwater is anticipated. Therefore, surface and subsurface drainage of the

pavement section should be provided to prevent standing water from developing on the

pavement or within the base course. Standing water will cause softening of the subgrade and

deterioration of the pavement. The subgrade should be prepared in accordance with the

Construction Considerations section of this report.

Page 54: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page - 11 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

4.0 Construction Considerations

4.1 Site Stripping and Grubbing

GSG recommends removing all existing landscaping features (i.e. trees, vegetation, topsoil, etc.)

top soil, root mats, and any soft or unsuitable/deleterious materials from the proposed building

area. After any unsuitable material is removed from the site, the exposed subgrade soils should

be observed and evaluated, and any remaining unsuitable/deleterious material should be

removed. It is anticipated that the thickness of topsoil to be removed could extend to up to 4

feet, particularly on the eastern side of the site.

4.2 Existing Utilities

It is recommended that any abandoned underground utility lines should be completely removed

from beneath the proposed building area. Existing utility lines that are to be abandoned should

be removed to the property line, and should be plugged with a minimum of 2 feet of cement

grout. All excavations resulting from removal activities should be cleaned of loose and disturbed

materials, including all previously-placed backfill, and backfilled with suitable fill materials in

accordance with the requirements of this section.

4.3 Subgrade Preparation

Following site stripping, grubbing, and any required over-excavation, GSG recommends that the

exposed subgrade for all areas where engineered fill is to be placed, as well as areas that will

support at-grade building slabs, should be scarified to a minimum depth of 8 inches, moisture-

conditioned to within 2% of the optimum moisture content (as established by geotechnical

laboratory testing), and compacted to 95% of the material’s maximum dry density as determined

by the modified proctor method (ASTM D1557).

After completing the scarification and compaction activities, the subgrade should then be proof-

rolled using a loaded tandem axle dump truck or similar rubber tire vehicle weighing at least 25

tons. The purpose of the proof-rolling is to detect the presence of unsuitable or unstable soil that

may exist within a few inches of the subgrade level. Areas which are observed to rut or deflect

excessively under the moving load should be investigated to determine the extent of the unstable

material. The unsuitable soils should then be removed and replaced with structural fill. The

structural fill should be placed in 8 inches thick loose lifts and should be compacted to a

minimum of 95% of the material’s modified maximum dry density (ASTM D-1557).

Page 55: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

4.0 Construction Considerations

Page - 12 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

No foundation concrete or structural fill should be placed upon wet or frozen subgrade soils. If

the subgrade or structural fill for the footings, slab floor, or parking lot becomes frozen,

desiccated, wet, disturbed, softened, or loose prior to placement of concrete, sub-base, structural

fill, or asphalt pavement; the affected materials should be scarified, dried and moisture

conditioned, and compacted to the full depth of affected area or the soils should be removed

prior to the placement of the proposed material. Rainfall and runoff can soften soils and affect

the load bearing capacity of the soils. All water entering foundation excavation should be

removed prior to placement backfill materials above the footings.

4.4 Wet/Unstable Subgrade Mitigation

Wet and unstable conditions could seriously delay site grading if encountered during

construction activities. Typical remedial measures include discing and aerating the soils during

dry weather, mixing the soils with dry materials, removing and replacing the soils with an

approved fill material, stabilization with a geotextile fabric or grid, or mixing the soils with an

approved hydrating agent such as a lime or cement products. GSG should be consulted prior to

implementing any remedial measure to observe the unstable subgrade condition and provide site-

specific recommendations.

If construction is to proceed during the winter and spring months, one way to reduce the

exposure of the building pad subgrade soils, and thus reduce potential repairs, is to leave the

subgrade at least 1 foot above the proposed subgrade elevation, and then excavate down to the

design grade immediately before placing the floor slab.

4.5 Floor Slab Preparation

The floor section typically consists of a concrete slab supported on an aggregate base course. It

is recommended that the proposed floor slab base course layer consist of a minimum of 12 inches

of granular fill (see Section 3.3 Floor Slab above). Fill soils were encountered in all of the

borings. The fill materials extended to a depth between 2 and 8.5 feet below the existing grade

in the building borings. If any fill soils are encountered at exposed subgrade level, they should

be evaluated during construction. The over excavation should backfilled with CA-6 gradation

crushed stone. It is recommended that the structural fill consist of CA-6 gradation crushed stone,

placed in 8-inch loose lifts, and compacted to 95% of the materials modified maximum dry

density (ASTM D1557).

Page 56: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

4.0 Construction Considerations

Page - 13 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

4.6 General Excavation

The contractor will be responsible to provide a safe excavation during the construction activities

of the project. All excavations should be conducted in accordance with applicable federal, state,

and local safety regulations, including, but not limited to the Occupational Safety and Health

administration (OSHA) excavation safety standards. Excavation stability and soil pressures on

temporary shoring are dependent on soil conditions, depth of excavations, installation

procedures, and the magnitude of any surcharge loads on the ground surface adjacent to the

excavation. The sides of the building excavation should be sloped until a stable position is

attained. Footing excavation greater than 4 feet in depth should not be steeper than (1) vertical to

(1.5) horizontal. Surcharge loads from the excavated materials, construction equipment, and

vehicles should be included in the design of the excavation system. Excavation near existing

roadways, and underground utilities should be performed with extreme care to avoid

undermining existing features.

If water seepage occurs during footing excavation or where wet conditions are encountered such

that the water cannot be removed with conventional sumping, GSG recommends placing open

grade stone similar to IDOT CA-7 to stabilize the bottom of the excavation below the water

table. The CA-7 stone should be placed to 12 inches above the water table, in 12-inch lifts, and

should be compacted with the use of a heavy smooth drum roller or heavy vibratory plate

compactor until stable. The remaining portion of the excavation beneath the footings should be

backfilled using approved structural fill consisting of granular materials such as IDOT CA-6.

4.7 Approved Fill Material and Placement

Suitable structural fill should have the following soil properties:

1. A maximum dry density greater than 100 pounds per cubic foot (pcf) when determined in

accordance with ASTM D1557, Modified Proctor.

2. Shall not contain organic material in excess of 3% when tested in accordance with ASTM

D2974.

3. Suitable fine-gained soils include materials that comply with ASTM D 2487 soil

classification group CL.

4. Suitable coarse-grained soils include materials that comply with ASTM-D2487 soil

classification groups GW, GP, GM, SW, SP and SC.

5. Should not contain deleterious material, should be within 4% of optimum moisture

content, and have a maximum particle size of three inches.

6. Shall consist of a locally available material.

Page 57: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

4.0 Construction Considerations

Page - 14 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

Suitable structural fill materials shall be of a nature that will compact and develop stability

satisfactory to the geotechnical engineer. Structural fill is recommended beneath buildings and

other similar structures or equipment sensitive to settlement. It is recommended that structural fill

generally consist of crushed limestone or recycled concrete consistent with IDOT CA-6 gradation or

silty clays of medium plasticity. Materials to be used as structural fill shall be inorganic, free of

waste and debris, and shall not contain frozen material or any material which, by decay or

otherwise, might cause settlement. Structural fill shall be placed in lifts not to exceed 8 inches in

loose thickness, and should be compacted to a minimum of 95% of the material’s modified

proctor maximum dry density obtained according to the ASTM D1557 method.

Materials unsatisfactory for use as a structural include soils classified as silt or organic silt (ML,

MH, PT, OL, and OH) in the Unified Classification System (ASTM D2847). Soils with these

classifications may be used for general purpose landscaping or in areas where fill will not

support structures and uncontrolled settlement is acceptable. Topsoil material shall be relatively

free from large roots, sticks, weeds, brush, stones larger than 1 inch in diameter, and other litter

or waste products. It shall be a loamy mixture having at least 90% passing the no. 10 sieve.

Frozen materials should not be used and fill materials should not be placed on frozen subgrade.

If fill is to be placed during cool, wet seasons, the use of granular fill may be necessary since

weather conditions will make compaction of cohesive soils more difficult. If water seepage

while excavating and backfilling procedures, or where wet conditions are encountered such that

the water cannot be removed with conventional sump and pump procedures, GSG recommends

placing open grade stone similar to IDOT CA-7 to stabilize the bottom of the excavation below

the water table. The CA-7 stone should be placed to 12 inches above the water table, in 12-inch

lifts, and should be compacted with the use of a heavy smooth drum roller or heavy vibratory

plate compactor until stable. The remaining portion of the excavation should be backfilled using

approved engineered fill. Fill materials shall be compacted in accordance with the following

specified requirements:

Building Area: Compact the top 8 inches of subgrade and each layer of fill material to a

minimum of 85% relative density for free-draining cohesionless soils (ASTM D4253 &

D4254) and 95% maximum dry density for cohesive soils and well graded granular soil,

as determined by the modified proctor method (ASTM D-1557).

Page 58: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

4.0 Construction Considerations

Page - 15 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

Pavement areas: Compact the top 8 inches of subgrade and each layer of fill material to a

minimum of 80% relative density for free-draining cohesionless soils (ASTM D4253 &

D4254) and 95% maximum dry density for cohesive soils and well graded granular soil,

as determined by the modified proctor method (ASTM D-1557).

Unpaved areas: Compact the top 8 inches of subgrade and each successive layer of fill

material to a minimum of 75% relative density for free-draining cohesionless soils

(ASTM D4253 & D4254) and 85% maximum density for cohesive soil material, as

determined by the modified proctor method (ASTM D-1557). Backfill in unpaved areas

should be placed in maximum 12 inch thick lifts.

GSG recommends that the foundation excavation, subgrade preparation, and structural fill

placement and compaction be inspected by GSG’s geotechnical engineer to verify the type and

strength of soil materials present at the site and their conformance with the geotechnical

recommendations in this report.

4.8 Drainage and Groundwater Control

Groundwater was not encountered in any of the borings during drilling. It is anticipated that the

long term water table is at an elevation of 640 feet (approximately 18 feet), due to the change in

the color of the soils from brown and gray to gray. GSG does not anticipate groundwater related

issues during construction activity; however, water may become perched in the fill material

encountered at the surface. If rainwater run-off or perched water is accumulated at the base of

excavation, the contractor should remove accumulated water using conventional sump pit and

pump procedures, and maintain a dry and stable excavation. The location of the sump should be

determined by the contractor based on field conditions. During earthmoving activities at the site,

grading should be performed to ensure that drainage is maintained throughout the construction

period. Water should not be allowed to accumulate in the foundation area either during or after

construction. Undercut and excavated areas should be sloped toward one corner to facilitate

removal of any collected rainwater or surface run-off. Grades should be sloped away from the

building excavation to minimize runoff from entering the building area excavation.

Page 59: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Page - 16 Subsurface Exploration and Geotechnical Analysis Report

O’Hare International Airport - Emergency and Standby System Generator Building

Chicago, Illinois 60666

5.0 Limitations GSG has prepared this report in accordance with generally accepted geotechnical engineering

practices to aid in the evaluation of the site subsurface soils. No other warranty expressed or

implied is made. The scope of this report is limited to the specific project and location described

herein, and our description of this project represents our understanding of the project. The

geotechnical engineering analysis and foundation recommendations presented herein were

developed based on the information obtained during the subsurface investigation. It should be

noted that the borehole data reflects the subsurface conditions only at the specific locations at the

particular time designated on the borehole logs, and that soil and groundwater conditions could

vary widely throughout the site. The nature and extent of any variation in the borehole may not

become evident until subsurface exposure, during construction activities. If variations do appear,

it may become necessary to re-evaluate the recommendations of this report. All field

construction activities shall be inspected by GSG’s geotechnical engineer to verify the type and

strength of soil materials present at the site and their conformance with the geotechnical

recommendations in this report.

Page 60: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

EXHIBIT 1

SITE LOCATION PLAN

Page 61: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO
Page 62: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

EXHIBIT 2

BORING LOCATION PLAN

Page 63: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO
Page 64: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

APPENDIX A

SITE PHOTOS

Page 65: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

GSG CONSULTANTS, INC. 855 West Adams, Suite 200, Chicago, IL 60607; Phone: (312) 733-6262 _______________________________________________________

Project Number: 14- 2001 Project Site: O’Hare Emergency Generator Building

1

Date: 07/10/14

Boring Location B-2

Date: 07/10/14

Boring Location B-3

Page 66: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

GSG CONSULTANTS, INC. 855 West Adams, Suite 200, Chicago, IL 60607; Phone: (312) 733-6262 _______________________________________________________

Project Number: 14- 2001 Project Site: O’Hare Emergency Generator Building

2

Date: 07/10/14

Boring Location B-2

Date: 07/10/14 Boring Location B-1

Page 67: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

GSG CONSULTANTS, INC. 855 West Adams, Suite 200, Chicago, IL 60607; Phone: (312) 733-6262 _______________________________________________________

Project Number: 14- 2001 Project Site: O’Hare Emergency Generator Building

3

Date: 07/10/14

Boring Location B-4

Page 68: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

APPENDIX B

SOIL BORING LOGS

Page 69: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

12 inches of Topsoil

FILL: CLAY, trace gravel - Brown and Black - Moist

CLAY, trace gravel (CL) - Brown - Very Stiff - Moist

CLAY, trace gravel (CL) - Brown and Gray - Very Stiff - Moist

SILTY CLAY, trace gravel (CL-ML) - Brown and Gray - Hard -Moist

Bottom of borehole at 20.0 feet.

SS1

SS2

SS3

SS4

SS5

SS6

SS7

SS8

5-7-8(15)

3-5-5(10)

3-5-8(13)

1-5-6(11)

4-3-6(9)

4-7-8(15)

3-4-7(11)

3-4-5(9)

3.12

3.54

6.66

5.5

2.50

3.33

4.17

5.00

94

89

89

83

78

100

78

89

NOTES

GROUND ELEVATION 659.5 ft

LOGGED BY CDJ

DRILLING METHOD HSA

HOLE SIZE 2.25

DRILLING CONTRACTOR Geo Services GROUND WATER LEVELS:

CHECKED BY DE

DATE STARTED 7/10/14 COMPLETED 7/10/14

AT TIME OF DRILLING --- None

AT END OF DRILLING --- None

AFTER DRILLING --- NA

GR

AP

HIC

LOG

MATERIAL DESCRIPTION

SA

MP

LE T

YP

EN

UM

BE

R

BLO

WC

OU

NT

S(N

VA

LUE

)

UN

CO

NF

INE

DC

OM

PR

ES

SIO

N(t

sf)

Moisture Content10 20 30 40

SPT N VALUE20 40 60 80

DE

PT

H(f

t)

0

5

10

15

20

Unconfined Compression (tsf)2 4 6 8

RE

CO

VE

RY

(%)

PAGE 1 OF 1BORING NUMBER B-1

PROJECT NAME Emergency & Standby Power

PROJECT LOCATION O'Hare International Airport

CLIENT Epstein

PROJECT NUMBER 14-2001/CDA H7095.12-00

GE

OT

EC

H B

H P

LOT

S -

GIN

T S

TD

US

.GD

T -

8/4

/14

14:1

2 -

\\GS

GF

S02

\PR

OJE

CT

S -

EN

GIN

EE

RIN

G\E

PS

TE

IN\O

'HA

RE

EM

ER

GE

NC

Y G

EN

ER

AT

OR

S\G

EO

TE

CH

NIC

AL\

FIE

LD T

ES

TIN

G\S

OIL

BO

RIN

GS

\O'H

AR

E G

EN

ER

AT

OR

S.G

PJ

GSG Consultants Inc.855 West Adams, Suite 200Chicago, Illinois 60607

Page 70: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

12 inches of Topsoil

FILL: CLAY, with gravel - Brown and Gray - Moist

FILL: GRAVEL - Gray - MoistSILTY CLAY, trace gravel (CL-ML) - Brown - Very Stiff to VeryHard - Moist

CLAY (CL) - Gray - Very Stiff - Moist

Bottom of borehole at 20.0 feet.

SS1

SS2

SS3

SS4

SS5

SS6

SS7

SS8

2-5-15(20)

3-7-8(15)

3-6-9(15)

3-9-13(22)

5-7-7(14)

4-5-6(11)

3-5-7(12)

5-5-7(12)

2.0

5.83

8.33

9.37

3.54

2.71

2.08

3.12

83

89

94

100

100

100

94

100

NOTES

GROUND ELEVATION 657.52 ft

LOGGED BY CDJ

DRILLING METHOD HSA

HOLE SIZE 2.25

DRILLING CONTRACTOR Geo Services GROUND WATER LEVELS:

CHECKED BY DE

DATE STARTED 7/10/14 COMPLETED 7/10/14

AT TIME OF DRILLING --- None

AT END OF DRILLING --- None

AFTER DRILLING --- NA

GR

AP

HIC

LOG

MATERIAL DESCRIPTION

SA

MP

LE T

YP

EN

UM

BE

R

BLO

WC

OU

NT

S(N

VA

LUE

)

UN

CO

NF

INE

DC

OM

PR

ES

SIO

N(t

sf)

Moisture Content10 20 30 40

SPT N VALUE20 40 60 80

DE

PT

H(f

t)

0

5

10

15

20

Unconfined Compression (tsf)2 4 6 8

RE

CO

VE

RY

(%)

PAGE 1 OF 1BORING NUMBER B-2

PROJECT NAME Emergency & Standby Power

PROJECT LOCATION O'Hare International Airport

CLIENT Epstein

PROJECT NUMBER 14-2001/CDA H7095.12-00

GE

OT

EC

H B

H P

LOT

S -

GIN

T S

TD

US

.GD

T -

8/4

/14

14:1

2 -

\\GS

GF

S02

\PR

OJE

CT

S -

EN

GIN

EE

RIN

G\E

PS

TE

IN\O

'HA

RE

EM

ER

GE

NC

Y G

EN

ER

AT

OR

S\G

EO

TE

CH

NIC

AL\

FIE

LD T

ES

TIN

G\S

OIL

BO

RIN

GS

\O'H

AR

E G

EN

ER

AT

OR

S.G

PJ

GSG Consultants Inc.855 West Adams, Suite 200Chicago, Illinois 60607

Page 71: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

4 feet of Topsoil

FILL: CLAY, trace gravel (CL) - Brown and Gray - Hard - Moist

SILTY CLAY (CL-ML) - Brown - Hard to Very Hard - Moist

CLAY (CL) - Brown and Gray - Very Stiff - Moist

CLAY (CL) - Gray - Very Stiff - Moist

Bottom of borehole at 20.0 feet.

SS1

SS2

SS3

SS4

SS5

SS6

SS7

SS8

2-2-3(5)

2-5-11(16)

4-5-7(12)

4-9-11(20)

5-8-11(19)

5-7-9(16)

5-7-8(15)

4-5-7(12)

2.0

5.0

4.0

9.5

6.0

3.33

2.71

2.71

50

72

89

100

89

100

100

100

NOTES

GROUND ELEVATION 658.9 ft

LOGGED BY CDJ

DRILLING METHOD HSA

HOLE SIZE 2.25

DRILLING CONTRACTOR Geo Services GROUND WATER LEVELS:

CHECKED BY DE

DATE STARTED 7/10/14 COMPLETED 7/10/14

AT TIME OF DRILLING --- None

AT END OF DRILLING --- None

AFTER DRILLING --- NA

GR

AP

HIC

LOG

MATERIAL DESCRIPTION

SA

MP

LE T

YP

EN

UM

BE

R

BLO

WC

OU

NT

S(N

VA

LUE

)

UN

CO

NF

INE

DC

OM

PR

ES

SIO

N(t

sf)

Moisture Content10 20 30 40

SPT N VALUE20 40 60 80

DE

PT

H(f

t)

0

5

10

15

20

Unconfined Compression (tsf)2 4 6 8

RE

CO

VE

RY

(%)

PAGE 1 OF 1BORING NUMBER B-3

PROJECT NAME Emergency & Standby Power

PROJECT LOCATION O'Hare International Airport

CLIENT Epstein

PROJECT NUMBER 14-2001/CDA H7095.12-00

GE

OT

EC

H B

H P

LOT

S -

GIN

T S

TD

US

.GD

T -

8/4

/14

14:1

2 -

\\GS

GF

S02

\PR

OJE

CT

S -

EN

GIN

EE

RIN

G\E

PS

TE

IN\O

'HA

RE

EM

ER

GE

NC

Y G

EN

ER

AT

OR

S\G

EO

TE

CH

NIC

AL\

FIE

LD T

ES

TIN

G\S

OIL

BO

RIN

GS

\O'H

AR

E G

EN

ER

AT

OR

S.G

PJ

GSG Consultants Inc.855 West Adams, Suite 200Chicago, Illinois 60607

Page 72: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

2 feet of Topsoil

FILL: CLAY - Black - Moist

SILTY CLAY (CL-ML) - Brown - Hard - Moist

SAND (SP) - Brown - Loose - Moist

CLAY (CL) - Brown - Very Stiff - Moist

SILTY CLAY (CL-ML) - Brown and Gray - Hard - Moist

CLAY (CL) - Brown and Gray - Stiff - Moist

Bottom of borehole at 20.0 feet.

SS1

SS2

SS3

SS4

SS5

SS6

SS7

SS8

2-3-11(14)

5-7-8(15)

2-2-2(4)

2-2-2(4)

2-2-3(5)

4-7-8(15)

6-9-10(19)

4-5-6(11)

2.29

6.87

3.54

6.0

6.46

1.87

78

100

78

67

78

78

100

94

NOTES

GROUND ELEVATION 660.05 ft

LOGGED BY CDJ

DRILLING METHOD HSA

HOLE SIZE 2.25

DRILLING CONTRACTOR Geo Services GROUND WATER LEVELS:

CHECKED BY DE

DATE STARTED 7/10/14 COMPLETED 7/10/14

AT TIME OF DRILLING --- None

AT END OF DRILLING --- None

AFTER DRILLING --- NA

GR

AP

HIC

LOG

MATERIAL DESCRIPTION

SA

MP

LE T

YP

EN

UM

BE

R

BLO

WC

OU

NT

S(N

VA

LUE

)

UN

CO

NF

INE

DC

OM

PR

ES

SIO

N(t

sf)

Moisture Content10 20 30 40

SPT N VALUE20 40 60 80

DE

PT

H(f

t)

0

5

10

15

20

Unconfined Compression (tsf)2 4 6 8

RE

CO

VE

RY

(%)

PAGE 1 OF 1BORING NUMBER B-4

PROJECT NAME Emergency & Standby Power

PROJECT LOCATION O'Hare International Airport

CLIENT Epstein

PROJECT NUMBER 14-2001/CDA H7095.12-00

GE

OT

EC

H B

H P

LOT

S -

GIN

T S

TD

US

.GD

T -

8/4

/14

14:1

2 -

\\GS

GF

S02

\PR

OJE

CT

S -

EN

GIN

EE

RIN

G\E

PS

TE

IN\O

'HA

RE

EM

ER

GE

NC

Y G

EN

ER

AT

OR

S\G

EO

TE

CH

NIC

AL\

FIE

LD T

ES

TIN

G\S

OIL

BO

RIN

GS

\O'H

AR

E G

EN

ER

AT

OR

S.G

PJ

GSG Consultants Inc.855 West Adams, Suite 200Chicago, Illinois 60607

Page 73: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

2.5 feet of Topsoil

FILL: CLAY, trace gravel - Brown and Black - Moist

FILL: CLAY, trace organics - Brown - Moist

FILL: GRAVEL - Gray - MoistCLAY (CL) - Brown and Gray - Hard to Very Hard - Moist

SILTY CLAY (CL-ML) - Gray - Very Stiff - Moist

Bottom of borehole at 25.0 feet.

SS1

SS2

SS3

SS4

SS5

SS6

SS7

SS8

SS9

SS10

3-3-5(8)

3-4-6(10)

7-7-9(16)

11-17-18(35)

9-12-15(27)

6-10-15(25)

5-8-11(19)

5-7-8(15)

4-5-8(13)

4-5-6(11)

2.0

3.5

8.75

9.58

8.95

7.91

9.79

3.54

2.08

2.50

61

44

78

72

100

94

83

100

89

89

NOTES

GROUND ELEVATION 658.53 ft

LOGGED BY CDJ

DRILLING METHOD HSA

HOLE SIZE 2.25

DRILLING CONTRACTOR Geo Services GROUND WATER LEVELS:

CHECKED BY DE

DATE STARTED 7/10/14 COMPLETED 7/10/14

AT TIME OF DRILLING --- None

AT END OF DRILLING --- None

AFTER DRILLING --- NA

GR

AP

HIC

LOG

MATERIAL DESCRIPTION

SA

MP

LE T

YP

EN

UM

BE

R

BLO

WC

OU

NT

S(N

VA

LUE

)

UN

CO

NF

INE

DC

OM

PR

ES

SIO

N(t

sf)

Moisture Content10 20 30 40

SPT N VALUE20 40 60 80

DE

PT

H(f

t)

0

5

10

15

20

25

Unconfined Compression (tsf)2 4 6 8

RE

CO

VE

RY

(%)

PAGE 1 OF 1BORING NUMBER B-5

PROJECT NAME Emergency & Standby Power

PROJECT LOCATION O'Hare International Airport

CLIENT Epstein

PROJECT NUMBER 14-2001/CDA H7095.12-00

GE

OT

EC

H B

H P

LOT

S -

GIN

T S

TD

US

.GD

T -

8/4

/14

14:1

2 -

\\GS

GF

S02

\PR

OJE

CT

S -

EN

GIN

EE

RIN

G\E

PS

TE

IN\O

'HA

RE

EM

ER

GE

NC

Y G

EN

ER

AT

OR

S\G

EO

TE

CH

NIC

AL\

FIE

LD T

ES

TIN

G\S

OIL

BO

RIN

GS

\O'H

AR

E G

EN

ER

AT

OR

S.G

PJ

GSG Consultants Inc.855 West Adams, Suite 200Chicago, Illinois 60607

Page 74: ADDENDUM NO. 6 - Chicago · 2020. 12. 27. · Page 1of 3 CITY OF CHICAGO Jamie L. Rhee DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER SEPTEMBER 6, 2016 ADDENDUM NO

Unified Soil Classification Soil Classification is based on the Unified Soil Classification System and ASTM Designations D-2487 and D-2488. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; they are described as: clays, if they are plastic, and silts if they are slightly Plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the basis of their relative in-place density and fine grained soils on the basis of their consistency. Example: Lean clay with sand, trace gravel, stiff (CL); silty sand, trace gravel, medium dense (SM).

Drilling & Sampling Symbols

SS : Split Spoon Water Level (ft) ST : Thin-Walled Tube While Drilling

HA: Hand Auger After Drilling

AU: Auger Sample 24-hour

HS: Hand Sample Standard "N" Penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2 inch OD split spoon, except where noted.

Major Divisions Group

Typical Names Consistency of Cohesive Soil Symbols

Coa

rse

Gra

ined

Soi

ls

(Mor

e th

an H

alf

of m

ater

ial i

s la

rger

than

No.

200

sie

ve s

ize)

Gravels (More than hall of

coarse fraction is larger than No. 4

sieve size)

Cle

an G

rave

ls

(Lit

tle o

r no

fin

es)

GW

Well graded gravels, gravel- sand mixtures, little or no fines

Unconfined Compressive

strength, Qu, tsf N-

Blows/ft. Consistency

GP Poorly graded gravels, gravel-sand mixtures, little or no fines

< 0.25 Below 2 < Very Soft

0.25 - 0.50 2-4 - Soft

Gra

vels

wit

h

fin

es

(App

reci

able

amou

nt o

f fi

nes)

GM d Silty gravels, gravel-sand-

clay mixtures 0.50 - 1.0 4-8 - Medium Stiff

u 1.0 - 2.0 8-15 - Stiff

GC Clayey gravels, gravel-sand- clay mixtures 2.0 - 4.0 15-30 - Very Stiff

4.0 - 8.0 30-50 - Hard

Sands (More than hall of

coarse fraction is smaller than No.

4 sieve size)

Cle

an S

and

s

(Lit

tle o

r no

fin

es)

SW Well graded sands, gravelly sands, little or no fines > - 8.0 > 50 - Very Hard

SP

Poorly graded sands, gravelly sands, little or no fines

Relative Density of Coarse-Grained Soils

San

ds

wit

h

fin

es

(App

reci

able

amou

nt o

f fi

nes)

SM d Silty sands, sand-silt

mixtures N-Blows/ft. Relative Density u 0-3 Very Loose

SC Clayey sands, sand-clay mixtures 4-10 Loose

11-29 Medium Dense

Fin

e G

rain

ed S

oils

Mor

e th

an h

alf

of m

ater

ial i

s sm

alle

r th

an N

o. 2

00 s

ieve

siz

e)

Silts and Clays

(liquid limit less than 50)

ML

Inorganic silts and very fine sands, rock flour, silty or claye fine sands or clayey silts with slight plasticity

30-49 Dense

50-80 Very Dense

CL

Inorganic clay of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays

>80 Extremely Dense

Description Term(s) of Components Present in Sample

OL Organic silts and organic silty clays of low plasticity

Trace < 10% Little 10-19% Some 20-34% And 35-50%

Silts and Clays

(liquid limit greater than 50)

MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts

CH Inorganic clays of high plasticity, fat clays

OH Organic clays of medium to high plasticity, organic silts

Highly

Organic Soils

Pt

Peat and other highly organic soils